Fabrication Tenders
Fabrication Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Contact Information|4|n711.6|baf/bak|717-605-2864|leigh.e.catchings.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving (combo)|na|tbd|n00104|tbd|tbd|see Schedule|see Schedule|na|na|tbd|na|||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|334412 334418 334511 |750 1000 1250 ||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
please Quote A Firm Fixed Price For The Procurement Of These Items.
do Not Include The Cost For Shipping Material As The Government Implemented Shipping System Or Atac Will Be Shipping/delivering Material.
please Verify:
1. If You Are In Compliance With Both Far Clauses 52.204-24 And 52.204-25 And Dfars Clauses 252.204-7008 And 252.204-7012.
2. Procurement Acquisition Lead Time (palt)
nom: Circuit Card Assembly P/n: 1977455 Nsn: 7hh 5998 013220629, Qty: 33
nom: Display Unit P/n: 1979344 Nsn: 7hh 7025 013586244;qty. 2
nom: Video Control Unit P/n: 4302554 Nsn: 7hh 5840 015505120; Qty: 2
nom: Printed Circuit Board P/n: 4304105 Nsn: 7hh 5998 015771738 Qty. 12
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
or Sent By Other Electronic Commerce Methods, Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Circuit Card Assemb Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;03956 1977455;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Marking - This Assembly And Its Piece Parts Shall Be Physically Identified In Accordance With Mil-std-130.
3.5 Interchangeability - Interchangeability Of Parts, Subassemblies, And Assemblies Shall Conform To The Following Criteria: Design Tolerances - Design Tolerances Shall Permit Parts, Subassemblies And Assemblies To Be Used In Their Parent Assemblies Without Regard To The Source Of Supply Or Manufacturer. Parts, Subassemblies And Assemblies Having The Full Range Of Dimensions
and Characteristics Permitted By The Specification Governing The Part, Subassembly Or Assembly Shall Be Usable As Replacement Items Without Selection And Without Departure From The Specified Performance Guidelines Of The Parent Items. Parts And Materials - When Permission Is Granted To Use A Nonstandard Part Or Material Because The Exiting Standard Part Or Material Is Not Available, The Equipment Shall Be So Designed That The Nonstandard Part Or Material And The Standard Part Or
material Are Interchangeable. When The Specification For The Part Or Material Contains Substitutability Or Supersession Information, The Design Shall Permit The Substitute Or Superceding Parts Or Materials To Be Used Interchangeably.
3.6 Workmanship - Workmanship For Electronic Equipment Shall Conform To The Following Criteria: Cleaning - After Fabrication, Parts And Assemblied Equipment Shall Be Cleaned Of Smudges, Loose, Spattered, Or Excess Solder, Weld Metal, Metal Chips And Mold Release Agents, Or Any Other Foreign Material Which Might Detract From The Intended Operation,
function, Or Appearance Of The Equipment. Threaded Parts Or Devices - Screws, Nuts, And Bolts Shall Show No Cross Threading, Mutilation, Or Detrimental Or Hazardous Burrs, And Shall Be Firmly Secured. Bearing Assemblies - Bearing Assemblies Shall Be Free Of Rust, Discoloration, And Imperfections Of Ground, Honed, Or Lapped Surfaces. Conta Cting Surfaces Shall Be Free Of Tool Marks, Gauge Marks, Nicks, Or Other Surface-type Defects. There Shall Be No
detrimental Interference, Binding, Or Galling. Wiring - Wires And Cables Shall Be Positioned Or Protected To Avoid Contact With Rough Or Irregular Surfaces And Sharp Edges And To Avoid Damage To Conductors Or Adjacent Parts. Shielding - Shielding On Wires And Cables Shall Be Secured In A Manner That Will Prevent It From Contacting Or Shorting Exposed Current-carrying Parts. The Ends Of The Shielding Or Braid Shall Be Secure To Prevent Fraying. Containment - The Harness And Cable Containment Means Shall Be Neat In Appearance And Uniformly Applied. The Containment Means (lacing, Ties, Tiedown Straps) Shall Not Cause The Wire Or Cable Insulation To Deform So That Performance Characteristics Are
adversely Affected. Insulation - There Shall Be No Evidence Of Burns, Abrading, Or Pinch Marks In The Insulation That Could Cause Short Circuits Or Leakage. Clearance - The Clearance Between Wires Or Cables And Heat Generating Parts Shall Be Sufficient To Minimize Deterioration Of The Wires Or Cables.
3.7 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Display Unit .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Display Unit Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;03956 1979344;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Video Control Unit .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Video Control Unit Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;03956 4302554;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Printed Circuit Boa .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Printed Circuit Boa Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;03956 4304105;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material
will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The
contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting
officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of
contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are
located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A
polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The
requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A
component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface
ship Atmosphere.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender
Electrical Works...+1Electrical and Electronics
Eprocure
India
Closing Date2 Jan 2025
Tender AmountRefer Documents
Details: Works Contract for the execution of 1)Improvement estimate for replacement of deteriorated 6no 8mtr PSC pole at loc FI/19, 20&49 and FII/2,4&5 in Simon Nagar SS II 250 KVA under Asaripallam Section.2)Improvement estimate for replacement of deteriorated 5no 8mtr PSC pole at various locations under Asaripallam Section. 3)Eos to 1no LTCT SC to The Principal Commissioner of Income Tax at Door No.329 in Guest House SS I 500 KVA and proposed 1no 250 KVA DT under Asaripallam Section. 4)Eos to 1no TYSY to Tmy.Ramani Kannan under Asaripallam Section. 5)Improvement estimate for replacement of 6nos damaged 8mts PSC pole at loc.FI/10 in TKM SS V & FII/1 in TKM SS VIII, FI/10 in Pambanvilai SS I, FII/12 in Thoppoor SS II, FII/12,13 in Ottayalkudy under Asaripallam Section. 6)Improvement estimate for replacement of 7nos damaged 8mts PSC pole at loc.FI/8,9 in Thoppoor SS IV, FII/14,15 in Vembanoor SS VII, FI/13 in Paruthivilai Channelkarai SS under Asaripallam Section.7)Improvement estimate for replacement of deteriorated 4no 9mtr PSC pole at loc. FII/2 in Thammathukonam SS IV & FI/9 in Asaripallam SS I, FI/7 in Charlespuram SS I, FI/2 in Vembanoor SS IV under Asaripallam Section. 8)Improvement estimate for replacement of deteriorated 6no 8mtr PSc in various locations under Asaripallam section.9)Improvement estimate for strengthening of conddctor from ACSR 7/2.11 to AAAC 7/2.50 at Keezhaperuvilai SS 250KVA under Parvathipuram Section. 10)Improvement estimate for replacement of aged conductor from ACSR 7/2.11 to AAAC 7/2.50 at Kottavilai SS 250 KVA under Parvathipuram Section. 11)Estimate proposed for 1no 63KVA DT to avoid overloading of North Kannakurichi SS 100 KVA in KV Kallukatti Feeder under Rajakamangalam Section. 12)Estimate for proposed 1nos Erumbukadu SS 25KVA DT under Rajakamangalam Section. 13)Estimate for proposed 2nos 25KVA DT to avoid overloading of Sreekrishnapuram SS II 100 KVA in Kallukatti Feeder under Rajakamangalam Section. 14)Eos to 11No Additional Street light SC no:R6-952 of The President, Village Panchayat, Melasankarankuzhi in Pambanvilai under Asaripallam Section. 15)Eos to 13Nos new street light SC to The President, Village Panchayat, Melasankarankuzhi in Pambanvilai under Asaripallam Section. 16)Eos to 13Nos new street light SC to The President, Village Panchayat, Melasankarankuzhi in Pambanvilai SS I 100KVA under Asaripallam Section. 17)Eos to 16nos new street light sc to The President, Village Panchayat, Melasankarankuzhi in Thoppoor SS I 100KVA under Asaripallam Section. 18)Eos to 7nos additional street light SC NO:R7-474 of The President, Village Panchayat, Melasankarankuzhi in Thoppoor SS IV 100KVA under Asaripallam Section. 19)Eos to 4nos additional street light SC NO:V7-123 of The President, Village Panchayat, Melasankarankuzhi in Vembanoor SS I 100KVA under Asaripallam Section. 20)Eos to 4nos additional street light SC NO:V2-323 of The President, Village Panchayat, Kelasankarankuzhi in Parappuvilai SS I 100KVA under Asaripallam Section. 21)Eos to 7nos additional street light SC NO:R8-631 of The President, Village Panchayat, Melasankarankuzhi in Pambanvilai SS VI 100KVA under Asaripallam Section. 22)Eos to 7nos additional street light SC NO:R2-529 of The President, Village Panchayat, Melasankarankuzhi in Pambanvilai SS VI 100KVA under Asaripallam Section. 23)Eos to 3nos additional street light SC NO:R6-951 of The President, Village Panchayat, Kelasankarankuzhi in Parappuvilai Chanelkarai SS III 100KVA under Asaripallam Section. 24)Eos to 6nos additional street light SC NO:V2-838 of The President, Village Panchayat, Kelasankarankuzhi in Vembanoor SS VIII 100KVA under Asaripallam Section.25)Eos to 1no non domestic to M/S Amzes trading Private limited under parvathipuram Section. 26)Eos to 1no new street light of 8 loc in Iswarya Garden to The Commissioner, Nagercoil Corporation under PVM Section. 27)Eos to 1no new street light of 7 loc in Iswarya garden to The Commissioner, Nagercoil Corporation under PVM Section. 28)Eos to 1no new st.light of 5 locs in Antony Street to The Commissioner, Nagercoil Corporation under PVM Section. 29)Eos to 1no new st.light of 4 loc in Thendral Nagar to The Commissioner, Nagercoil Corporation under PVM Section. 30)Eos to 1no Sc connection to Vijaya Chandra Suthakar under PVM Section.31)Improvement estimate for replacement of aged conductor from ACSR 7/2.11 to AAAC 7/2.50 at Vimal Nager SS 250KVA under PVM Section. 32)DCW estimate for 1no 9mtr PSC pole as per request of Thiru.Ganapathy at Kattayvilai under PVM Section. 33)DCW estimate for shifting of 1no 9mtr RCC pole as per request of Thiru.Kuttalam at Ramavarmpuram under PVM Section. 34)DCW estimate as per request to Thiru Freedahelan under PVM Section.35)DCW estimate for shifting of 1no 8mtr PSC as per the request of Tmy.Geetha under PVM Section. 36)DCW estimate fro shifting of 1no 9mtr PSC pole as per request of Thiru.Rajan at Pallivilai under PVM Section. 37)DCW estimate for deviation of LT line as per request of Tmy.Kasal Inba Lyla at Elathaiyadi under PVM Section. 38)DCW estimate for shifting of 1no 9mtr RCC pole as per request of Thiru.Chandran at Pallivilai under PVM Section. 39)DCW estimate for shifting of 1no 8mtr PSC as per the request of Tmy.Sobana Kumari under PVM Section. 40)Eos to 1no TYSY to Thiru.Edwin Jose at lake view colony under PVM Section. 41)Eos to 1no TYSY to Thiru.Suresh Raj at Ulavurkonam under PVM Section.42)Eos to 1no ND PAL SC 114-012-1493, The Correspondent, The Pineer School MS Road under PVM Section. 43)DCW estimate as per request to Thiru Commissioner under PVM Section. 44)DCW estimate as per request to Thiru Agens Sooriya Raja under PVM Section. 45)DCW estimate for shifting of 1no 8mtr PSC pole as per request of Thiru.Vijaya Kumar under PVM Section. 46)DCW estimate for shifting of 1no 8mtr PSC pole as per request of Thiru.SelvaRaj Christopher under PVM Section. 47)DCW estimate for shifting of 1no 9mtr and 1no 8mtr PSC pole and deviation of HT line as per request of Thiru.M.Thurai Pandian at Iswrya Garden under Parvathpuram Section. 48)DCW estimate for shifting of LT line as per request of The President VP, ward 6 Kaniyakulam under PVM Section. 49)DCW estimate for shifting of 1no 9mtr PSC pole Thiru.Selvan at Kesavathiruppapuram under PVM section. 50)DCW estimate for shifting of 1no 8mtr PSC pole as per request of The President. VP Kaniyakulam under PVM Section. 51)Estimate for 1no TYSY SC to Thiru.Maria Jose at SS Nagar Under PVM Section. 52)Estimate for 1no TYSY SC to Thiru.Jegan Under PVM Section. 53)Eos to 1no TYSY SC to Tmy.Jemila Rani at Balaji Nagar under PVM Section. 54)Estimate for 1no TYSY SC to Thiru.Prabhu Under PVM Section. 55)DCW estimate for rectification of Nagammal Mill SS/25KVA Distribution Transformer Structure 1no 9mtr PSC pole and 1no 8mtr PSC pole due to dashing of Private vehicle TN 74AV4777 on 09.05.24 undder Parvathipuram Section. 56)Improvement estimate for strengthening of condductor from ACSR 7/2.11 to AAAC 7/2.50 at Keezhaperuvilai SS 250KVA under Parvathipuram Section. 57)Improvement estimate for replacement of aged conductor from ACSR 7/2.11 to AAAC 7/2.50 at Kottavilai SS 250 KVA under Parvathipuram. Section. 58)Eos to 1no TYSY SC to Thiru.Anand at Goldden Nager under Parvathipuram Section. 59)Eos to 1no TYSY SC to Thiru.Gopalakrishnan at Kaniyakulam under Parvathipuram Section.60)Eos to 1no IIIA1 S to Thiru.Tamil Sekvan at Railway Nagar, Pallivilai under Parvathipuram Section. 61)DCW estimate for shifting of 2nos 8mtr PSC pole and 1no fabricated pole 36 feet at loc no A,D,E in Rajeev Gandhi SS 100KVA as per request of Thiru.Jacob Parama Sigamony near Franklin Hospital under Parvathipuram Section. 62)Natural calamity to be replacement of 10 nos 8mtr PSC poles and line materials with ACSR 7/2.59 sq mm & 2nos 8m PSC stud pole at Pillayarvilai SS II 100 KVA DT due to fal on coconut tree under Rajakkamangalam Section.63)Natural calamity estimate for the replacement of damaged 4nos 8mtr PSC pole at loc no :FI/16,17 of Vadalivilai SS I 100KVA and loc no: FI/42,44 of Poochivilagam Ss I 100 KVA due to fallan of Coconut tree over LT line under Eathamozhy Section. 64) Natural Callamity estimate for the replacement of damaged 5nos 8mtr PSC pole at Loc no FII/22,23,24,26,30 in Amachiyarvilai SS II 63KVA due to fallen of coconut tree over LT Line under Eathamozhy Section. 65)DCW estimate to S.Kalanvathi, Kayankulam under PVM Section. 66) DCW estimate for Freeda Helen Dom under Parvathipuram Section. 67)DCW estimate for deviation of LT at loc noc A to D in Kayamkulam SS Ii 100KVA as per the request of Thiru.Siddhuvar Near four way road under Parvathypuram Section. 68)Eos to 1no TYSY SC to Tmy.P.W.Jebamalar at SS Nagar under PVM Section. 69)Natural Calamity estimate for the replacement of damaged 1no double pole ABSwitch near Panchayat Office of 11 KV kaliyankadu feeder under Parvathipuram Section. 70)Natural calamity estimate for replacement of damaged 1no 9mtr PSC pole at loc no:FI/4 of Peruvilai SS II 100KVA due to heavy rain on 16/10/2023 under Parvathypuram Section. 71)DCW estimate for shifting of 1no RSJ 36" at loc ETY-298 and dismantling of LT 8mtr PSC pole at loc FII-5 as per the request of the Assistant Engineer, Highways, Nagercoil in the Road widening at Eathamozhy main road at Eathamozhy SS IV 250 KVA in Eathamozhy Feeder under Eathamozhy Section. 72)Estimate for new street light service connection in kumarapuram area as per the request of the Executive Officer, Aralvaimozhy TP under Aralvaimozhy Section. 73) Eos to 1No Tariff V new LTCT service to Tmy.Viaishnavathi Kaliyankadu under Parvathipuram Section. 74)Eos to 1no Tariff III B service to Thiru.Robin Xavier at Chanthavilai Road under Thovalai Section. 75) Capital estimate for mew street light service connection IIA in Sc No.125-003-1815 as per request of The commissioner, Nagercoil Corporation at poochivilagam SS II 63KVA under Eathamozhy Section. 76)Capital estimate for mew street light service connection IIA in Sc No.125-003- as per request of The commissioner, Nagercoil Corporation at poochivilagam SS I 100KVA under Eathamozhy Section. 77) Capital estimate for mew street light service connection IIA in Sc No.125-002-380 as per request of The commissioner, Nagercoil Corporation at poochivilagam SS II 63KVA under Eathamozhy Section. 78) Eos to 1no IIIA indl new service connection to Thiru.Nivas at Melasoorankudy proposed new 25KVA DT under Eathamozhy section.in Kanyakumari Electricity Distribution Circle.
Department Of Agriculture Tender
Electrical Goods and Equipments...+2Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 14.4 Million (USD 245.8 K)
Details: Description Invitation To Bid For The Procurement Of 4 Units Recirculating Dryer Under Rice Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Rice Program Intends To Apply The Sum Of Fourteen Million Four Hundred Thousand Pesos (ᵽ 14,400,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 4 Units Recirculating Dryer Under Rice Program Fy 2025 With Project Identification No.: Itb-2025-12-057. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 4 Units Recirculating Dryer I. Design And Performance Type: Batch Type, Recirculating, Stationary Drying Rate: 0.8% Per Hour, Minimum (batch Type) Drying Efficiency: Minimum, 75% Moisture Gradient: Maximum, 2% Drying Loss/spillage: 1% Maximum Product Quality: A. Cracked Grain, % Increase: 3% Maximum B. Head Rice, % Decrease: 5% Maximum C. Hulled/damaged Grain, % Increase: 2% Maximum With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried. Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Power Requirement: Single-phase Electrical Connection, Maximum Of 5kw Rated Power Of All Electric Motors Provision Of Built-in Automatic Moisture Meter Ii. Heating System Requirement 1. Heating System 1 (petroleum Based Fuel) Petroleum Based Fuel: Direct-fired Heating System Efficiency: 90%, Minimum With The Following Components And Accessories: - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive And Heat-resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System 2. Heating System 2 (biomass Fuel) Biomass Fuel: Indirect-fired Heating System Efficiency: 50%, Minimum With The Following Components And Accessories: - Heat Exchanger: Stainless (ss 201/ss 304, 1.2mm, Minimum) / Fire Tubes (5mm Seamless, Minimum) - Burning Chamber: Made Of Refractory Bricks - Automatic Fuel Feeder: Auger Type - Temperature Control - Compatible Electric Motor For The Heating System Iii. Other Dryer Components And Accessories 1. Pre-cleaner Input Capacity: 4-6 Ton/hr, Minimum Sieve Mechanism: All Parts That Come In Contact With Grain Must Be Made Of Non-corrosive And Food Grade Material Eg., Stainless Steel 304 Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor" 2. Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i. Or G.i. Sheet. Insulator Material For The Ducting Shall Be Made If Ceramic Blanket. 3. Dust Collection System Consists Of Cyclone Separator / Collector And Suction Blower. All Ducting Shall Be Fabricated From Sheet Metal And The Connectors Must Be Airtight. 4. Generator Set Rated Power/kva: Minimum 15 Kva Voltage Requirement Compatible To The System Power Supply / Generating System Should Be Brand New And Not Refurbished. At Least Three (3) Years From The Date Of Manufacture To The Date Of Opening Of Bids And With Engrave Serial Number. Provided With Mechanical Transfer Switch (mts) The Electrical Wire, Wire Accessories And Piping To Connect The Power Generating Unit To The Mts And The Dryer Control Panel / System Shall Be Provided By The Bidder With Thermal Insulation And Noise Suppressor. Noise Level: 92db Maximum, If Exceeded, Earmuffs Shall Be Provided For Each Unit. With Protection Or Covering Against Rat Entry (as Per Manufacturer’s Specification) 5. Portable Handheld Moisture Meter Grain: Applicable To Paddy/rough Rice And Milled Rice Type: Capacitance Moisture Range: 12-15% Or Wider Accuracy: ±0.5% Or Better Lcd/led Display Battery Operated With Product Brochure Written In English 6. Standard Heavy-duty Tools, Made Of Tempered Steel And Chrome Vanadium Which Shall Include But Not Limited To The Following: - One Set Socket Wrench (no. 8, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 22, 23, 24, 27, 30, 32, Minimum) - One Set Combination Wrench (open And Box, 10pcs - Size Appropriate To The Drying System) - Electrical Plier: 200mm, Minimum - Screw Driver,: Philips And Flat Head, 300mm Minimum - Grease Gun: 250mm Cylinder Length, Minimum - Mechanical Pliers: 200mm, Minimum - Heavy Duty Toolbox And Roll Up Tools Holder (can Accommodate All Tools) 7. Air Compressor For Cleaning, Heavy Duty, At Least 120 Psi, 5m Air Hose 8. One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum 9. Provision Of Disposal Cart For The Ashes 10. With Portable, Heavy-duty Weighing Scale, Minimum 150 Kg Weighing Capacity 11. With Collapsible Cover (trapal), Thickness: S200 12. With Bagging Bin With Minimum Capacity Appropriate To The System 13. Non-stainless Material Of The Dryer Shall Be Painted Finish With Rust-proofing Primer And Final Paint Color. Iv. Other Requirements 1. Certification That The Bidder Will Submit A Duly Signed Electrical Plan Of The Drying System Offered (electrical Layout, Schedule Of Loads, General Notes And Specification, And Legends/symbols) By A Registered Professional Engineer As A Condition For Payment 2. Copy Of Equipment Manufacturer Manual Of Drying Unit, Biomass Furnace, Generator Set And Portable Handheld Moisture Meter Written In English/filipino/vernacular To Be Presented During Post-qualification Evaluation 3. Copy Of The Brochures For The Drying Unit, Generator Set, Weighing Scale, Portable Handheld Moisture Meter And Air Compressor Are To Be Presented During The Post-qualification Evaluation. 4. With Laminated Reflectorized Vinyl Sticker "da-calabarzon" Logo (254 Mm X 254mm) For The Prescribed Part Of The Dryer And Generator Set, Sticker Specifications: 140 Gsm And Thickness Of 175 Microns, Minimum 5. Manufacturer's Nameplate (engraved In A Metal Sheet) With The Serial Number Of The Machine And Serial Number Of The Power Generating Unit 6. With Valid Amtec Test Result That Conforms To The Pns-paes 201:2015-agricultural Machinery-heated-air Mechanical Dryer-specifications. Separate Amtec Test Report For Both Heating Systems Should Be Provided. 7. Conduct Of Acceptance Testing Of All Units After Complete Installation Is Required Prior To Acceptance And 100% Payment Of The Winning Bidder. 8. Certification From The Bidder That They Shall Provide All Fuel, Raw Materials (palay) And Technician/operator Needed During Acceptance Testing. 9. Certification From The Bidder That The Offered Unit Is Brand New, Latest Model And Not Rebranded 10. Conformity As To The Technical Specifications Of The Procuring Entity Signed And Sealed By An Agricultural And Biosystems Engineer As Prescribed By The Section 27.1 Of The Ra 10915 11. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation 12. With Permit To Operate And Certificate Of Conformity Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 13. Provision Of After Sales Services: •with One Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary •valid Certificate Of Dealership / Distributorship / Authority To Sell And Commitment To Supply Directly Issued By The Dryer Manufacturer Or Distributor To The Bidder •certification From The Supplier That They Will Repair Or Replace The Defective Parts Or Components And Provide After-sales Service Within 72 Hours (3 Days) Upon Receipt Of Complaints (pns/bafs/paes 192:2024) •certification That The Bidder Will Provide Training On The Proper Handling, Operation And Maintenance Of The Dryer And Generator Set For At Least Two (2) Operators Per Beneficiary. 14. Notarized Certificate Of Stock Availability Or Stock Allocation From The National Distributor Or Manufacturer Specifying The Name Of The Project 15. Certification Of Guaranteed Spare Parts Availability For At Least Five (5) Years 16. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. V. Terms Of Payment 85 % Upon Complete Installation And 15% Upon Testing/commissioning And Acceptance Of Recipient Vi. Contract Duration And Delivery Place: Days To Complete Supply, Delivery, Installation And Testing: 120 Calendar Days Delivery Place: Laguna, Rizal And Quezon Delivery Of The Goods Is Required Of 120 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). I. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Ii. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Iii. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (ᵽ 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 10:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before January 7, 2025, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 7, 2025, 10:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: The National Aeronautics And Space Administration (nasa) Langley Research Center (larc) Is In The Early Stages Of Developing A Mission Design, Project Implementation Plan, And Procurement Strategy That Could Potentially Lead To An Earth Aerocapture Technology Demonstration Mission. Nasa Larc Is Hereby Soliciting Information From Potential Sources With The Capabilities To Provide Spacecraft Systems And Mission Operations For The Mission. the Mission Would Demonstrate Aerocapture At Earth As A Precursor To Using The Technology For Future Planetary Science Missions. Aerocapture Technology Reduces The Required Capability And Mass Of A Spacecraft Propulsion System, Lowering The Launch Vehicle Payload Mass Or Enabling More Capacity For Science Instruments, And Is Particularly Beneficial For Missions To The Solar System's Ice Giant Planets [1]. The Demonstration Mission Is Intended To Focus On Key Objectives Necessary To Mature The Technological Readiness Of Aerocapture Including Vehicle Aerodynamics, Flight Dynamics, Guidance, Navigation And Control, And Mission Operations. Flight Data Will Be Acquired During The Demonstration And Used To Improve And Validate Tools To Design And Plan Future Missions. nasa Is Considering Two Concepts For The Mission, Both Of Which Use A Small Entry Capsule (referred To As The Aerocapture Flight System, Or Afs) To Execute The Aerocapture Maneuver. The Afs Is Comprised Of An Aeroshell, Reaction Control System, Other Ancillary Systems, And A Smallsat That Is Released Into Earth Orbit. The First Mission Concept Utilizes A Geostationary Transfer Orbit (gto) As An Initial State For The Afs, Which Is Deployed Into Gto From An Evolved Expendable Launch Vehicle (eelv) Secondary Payload Adapter (espa). In The Second Concept, The Afs Is Released On An Earth Intercept Trajectory From A Spacecraft Returning From A Lunar Mission. A Preliminary Concept Of Operations (conops) For A Gto-based Aerocapture Demonstration Is Illustrated In Figure 1 (attached). Details Shown Regarding Orbit Altitudes Are For Reference Only, And Will Continue To Be Resolved (tbr) In Upcoming Design Trades. referring To Figure 1, The Preliminary High-level Mission Conops And Sequence Of Events Is As Follows. The Sequence Of Events Is For Reference And Context Only To Support The Vendors' Responses To This Request For Information, And Will Continue To Be Updated As Nasa Larc Progresses Through The Early Stages Of Mission Design. the Afs, Attached To The Port Of An Espa Grande With A Separation Mechanism, Is Delivered And Released Into Gto By The Launch Vehicle. The Afs Continues In Gto While Using Its Reaction Control System To Maintain Attitude During Preparations For The Aerocapture Maneuver. Nasa's Intention Is For The Afs To Complete Less Than Two Full Orbits Before Beginning The Aerocapture Maneuver. near Gto Apogee, The Afs Reaction Control System Delivers The Delta-v Required To Divert The Capsule Along The Flight Path Necessary To Intercept The Earth's Atmosphere And Initialize The Aerocapture Maneuver. the Afs Reaction Control System Continually Adjusts The Capsule's Attitude, Utilizing The Vehicle's Aerodynamic Lift To Maintain Its Flight Path Inside A Pre-planned Corridor Through The Earth's Atmosphere With A Periapsis Of Approximately 65 Km (tbr). after Completing The Atmospheric Flight, The Afs Exits The Earth's Atmosphere In An Elliptical Orbit With An Apoapsis Of Approximately 500 Km (tbr). within 15 Minutes (tbr) After Exiting The Earth's Atmosphere, The Forward Heatshield Of The Afs Aeroshell Is Jettisoned And A Smallsat Is Released Into The New Elliptical Orbit. The Smallsat Utilizes Its Attitude Control System To Attain A Stable Attitude And Prepares For An Apogee Burn To Circularize The Orbit. when The Smallsat Reaches Apogee For The First Time, Its Propulsion System Delivers The Delta-v Necessary To Circularize The Orbit At An Altitude Of 500 Km (tbr). the Smallsat Continues In Its Circular Orbit Until The Flight Data Acquired Throughout The Demonstration Has Been Transmitted To Ground Stations. Successful Transmission Of The Flight Data Signifies The End Of The Demonstration, Subject To Any Spacecraft Disposal Operations Necessary In Accordance With Nasa Orbital Debris Requirements [2, 3]. the Salient Features And High-level Functional Requirements Of The Afs That Are Envisioned To Support The Mission’s Preliminary Concept Of Operations Are As Follows. Since Nasa Is In The Early Stages Of Mission And System Design, These Features And Requirements Are Subject To Change As The Design Matures. The Information Is Provided Herein As A Reference For Vendors To Consider When Evaluating The Mission Concept And Assessing The Capabilities That Vendors May Contribute To The Demonstration Mission In Response To This Request For Information. afs Mass And Volume: The Afs Shall Be A Blunt-body Capsule With A 60° (tbr) Sphere-cone Forebody Geometry. The Aeroshell Backshell Geometry Has Not Been Determined, But Must Provide The Volume To Accommodate The Smallsat, The Afs Reaction Control System, Wiring Harnesses, And Ancillary Systems Required To Perform The Mission. The Afs Shall Possess The Mass And Volume To Be Accommodated On A Single Port Of An Espa Grande [4]. afs Aeroshell: The Aeroshell Shall Be Comprised Of A Forebody Heatshield Structure And A Backshell Structure With Mechanical Provisions To Separate The Two Structures After Completion Of The Aerocapture Maneuver. The Backshell Structure Shall Accommodate A Separation Ring To Attach And Release The Afs From The Espa Grande Port. Either Structure Shall Incorporate The Mechanical Interface To Attach And Release The Smallsat After The Aeroshell Structures Are Separated. The Backshell Shall Incorporate External Mechanical Interfaces For Ground Support Equipment (gse) And Electrical Connections For Battery Charging And Functional Tests Prior To Launch. Devices To Sever Wiring Harnesses Between The Smallsat And Afs Systems Will Be Required, And Depending On The Smallsat's Telecommunications Configuration, An Antenna(s) Mounted To The Backshell Structure May Also Be Needed. aerodynamic Lift Provisions: The Afs Will Control Its Flight Path During The Aerocapture Maneuver By Modulating The Magnitude And/or Direction Of The Entry Capsule's Aerodynamic Lift Vector (e.g., Bank Angle Modulation). The Vehicle's Aerodynamic Lift Is Envisioned To Be Produced By The Capsule Flying At An Angle-of-attack Induced By Either A Center-of-gravity (cg) Offset Or An Asymmetric Aerodynamic Device Such As A Trim Tab. Nasa's Near-term Trade Studies Will Evaluate The Different Methods Of Producing Aerodynamic Lift Considering System Mass, Technological Readiness, Complexity, And Risk. thermal Protection Systems: The Aeroshell Forebody Heatshield And Backshell Shall Include Government-furnished Thermal Protection Systems (tps) To Protect The Afs From The Aerothermal Environments Produced During The Aerocapture Maneuver. The Tps Will Be Designed To Accommodate The Entry System Instrumentation (esi) Described Below And Other Ancillary Systems And Interfaces That Require Tps Penetrations For Installation And/or Operation. entry System Instrumentation: The Government Will Furnish Esi To Be Incorporated Into The Aeroshell Heatshield And Backshell. The Esi Will Be Comprised Of Thermocouples And Pressure Transducers, The Quantities And Locations Of Which Have Not Been Determined, To Measure The Afs Entry Environments During The Aerocapture Maneuver. A Flight Data System Residing On The Smallsat Shall Provide Power To The Esi And Record And Store The Esi Data That Will Be Transmitted To Ground Stations Near The Conclusion Of The Demonstration. afs Reaction Control System: The Afs Shall Incorporate A Reaction Control System With The Capability To Correct For Launch Vehicle Orbit Insertion Dispersions, Deliver The Delta-v To Divert The Afs Into The Intended Earth Atmosphere Interface Conditions For Aerocapture, And Maintain Afs Attitude As Required From Gto Insertion Through The Aerocapture Maneuver To The Point When The Aeroshell Separates And The Smallsat Is Released. afs Smallsat: The Preliminary Demonstration Mission Concept Of Operations Requires The Afs Smallsat To Be Operational For The Full Duration Of The Technology Demonstration Timeline. The Smallsat Shall Provide Power, Avionics And Flight Instrumentation Including An Inertial Measurement Unit (imu), Command And Data Handling (c&dh), Attitude Determination And Control, And Communications For All Mission Phases From Gto Insertion To Data Download And Orbital Debris Mitigation (as Required). The Smallsat Is Required To Interface With External Systems, Such As The Afs Reaction Control System And Esi, To Support The Mission Through The Aerocapture Maneuver, And Then Operate In A Stand-alone Configuration After Being Released From The Aeroshell. to Aid In Continuing The Formulation Of A Mission Design And Developing A Procurement Strategy To Implement The Mission, Nasa Larc Is Conducting Market Research Seeking Sources With Demonstrated Experience To Provide The Following Capabilities To Support The Demonstration Mission. design And Delivery Of The Afs: Design, Fabricate, Integrate, And Test The Afs Including The Aeroshell, Reaction Control System, Smallsat, Separation Systems, And Government-furnished Tps And Esi. Deliver The Afs To The Launch Provider And Support Assembly, Test, And Launch Operations (atlo). mission Design And Navigation: Design Of The Orbital Mechanics And Navigation From The Point The Afs Is Released Into Gto To End-of-mission. Mission Design Will Be Supplemented By Government-furnished Guidance, Navigation And Control (gnc) Software To Control The Afs During The Aerocapture Maneuver. Capabilities Shall Include Experience With Mission Design And Navigation For High-energy Earth Orbits And Missions Returning From Lunar Environs. mission Operations: Establish A Ground Operating System And Conduct Mission Operations For All Phases Of The Demonstration From Launch To Mission Termination. nasa Larc Is Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi), And Members Of The Underserved Communities As Defined By Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For The Earth Aerocapture Technology Demonstration Mission. The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service Disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received. no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis. interested Firms Possessing One Or More Of The Capabilities Described Above Should Submit A Capability Statement Of No More Than 20 Pages(excluding Cover Page And Table Of Contents) Indicating The Ability To Perform These Aspects Of The Demonstration Mission. Please Include The Following Elements In The Capability Statement. mission Conops Assessment: The Preliminary Mission Conops Described Herein Was Formulated To Advance The Technology Readiness Level (trl) Of Aerocapture And Enable Its Infusion Into Future Planetary Missions. The Conops Includes Multiple Events Requiring Mechanical Separations And Severing Of Wiring Harnesses, And Relies On A Smallsat Capable Of Controlling A Flight System In Two Different Configurations (afs And Stand-alone Smallsat). Provide An Assessment Of The Preliminary Conops Identifying Design Drivers And Risks Relative To Existing State-of-the-art Systems And Your Capabilities And Experience. Please Include An Evaluation Of The Potential Mass And Volume Of The Afs Relative To The Espa Grande Accommodation Requirements. Suggest Changes In The Conops Or The Afs Configuration That Would Substantially Reduce Risk And Cost Without Significantly Compromising The Demonstration Objectives. describe Your Organization's Capability And Experience To Provide A Smallsat Spacecraft And Flight Software That Meets The Mission Requirements. Due To The Anticipated Fast-paced Implementation Of The Mission, Smallsats That Are Nearly "off-the-shelf" Are Considered To Be Advantageous To Mission Success. Include Information On The Smallsat Form Factor, Mass, Accommodation Requirements, And Operational Heritage. Describe The Smallsat Capability To Interface And Manage External Systems Such As The Afs Reaction Control System, And Explain How The Smallsat Would Accommodate The Changes In The Flight System Configuration That Occur During The Mission. describe Your Organization's Capability And Experience To Design And Provide The Afs Aeroshell. Provide Examples Of Aeroshells Of Similar Scale And Mass Utilized For Earth Atmospheric Entry In Previous Missions. Describe The Basic Aeroshell Structural Architecture And Any Unique Features Required By The Mission That Introduce Substantial Risk And Cost. Discuss The Provisions Necessary To Implement The Three Separation Events Required For The Mission Conops: 1) Separation Of The Afs From The Espa Grande, 2) Separation Of The Afs Forebody Heatshield, And 3) Separation Of The Smallsat From The Aeroshell. describe Your Organization's Capability And Experience To Plan And Conduct The Afs Integration And Testing. Include A Description Of Facilities, Ground Support Equipment, And Capabilities For Afs Environmental Testing. Include A Description Of Previous Experience Integrating Thermal Protection Systems Onto Blunt-body Aeroshells And The Installation Of Thermocouple And Pressure Transducer Instrumentation. describe Your Organization's Capability And Experience To Design Missions And Navigation Strategies For Spacecraft In High-energy Earth Orbits Or Returning From The Moon. Include Information On Analysis Tools And Methods And Highlight Any Previous Missions With A Concept Of Operations Similar To The Aerocapture Demonstration Mission. describe Your Organization's Capability To Establish A Ground Operating System And Conduct Mission Operations. Include Information On Existing Infrastructure That Would Be Leveraged For The Mission Including Telecommunications Ground Stations, Mission Operating Centers, And Ancillary Hardware And Software. describe Your Plans For Partnering With Other Organizations To Provide Any Of The Aforementioned Capabilities For The Mission. all Responses Shall Be Submitted Electronically Via Nasa’s Enterprise File Sharing And Sync Box (efss Box), Fedramp Moderate Certified Platform, No Later Than January 15, 2025. Electronic Submissions Shall Not Contain Hidden Formulas, Tables, Be Locked, Be Password Protected, Or Contain Links To Data Not Included In The Electronic Copy. Please Reference The Synopsis Number And “earth Aerocapture Demonstration Rfi” In Any Response. All Responses Shall Be Submitted To: Https://nasagov.app.box.com/f/7cf6c2fec43e4f7b8d1dff31208c6be9. If You Have Any Trouble Submitting Your Response Via Efss Box, Please Contact Stacy Hollis At Stacy.m.hollis@nasa.gov. this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. references: [1] "uranus Flagship-class Orbiter And Probe Using Aerocapture," Aiaa 2024-0714, Aiaa Scitech Forum, Orlando, Florida, January 2024. [2] "process For Limiting Orbital Debris," Nasa-std-8719.14c , November 5, 2021. [3] "orbital Debris Mitigation," Nasa-npr-8715.6e, April 18, 2024. [4] "espa User's Guide, The Eelv Secondary Payload Adapter," Moog, Incorporated.
Department Of Agriculture Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 7.2 Million (USD 122.9 K)
Details: Description Invitation To Bid For The Procurement Of 2 Units Recirculating Dryer (6 Tonner) Under Corn Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Corn Program Intends To Apply The Sum Of Seven Million Two Hundred Thousand Pesos (ᵽ 7,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 2 Units Recirculating Dryer (6 Tonner) Under Corn Program Fy 2025 With Project Identification No.: Itb-2025-12-061. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 2 Units Recirculating Dryer (6 Tonner) I. Design And Performance Type: Batch Type, Recirculating, Stationary Capacity: 4 To 6 Mt Drying Rate: 2% Per Hour, Minimum (batch Type) Drying Efficiency: Minimum, 75% Moisture Gradient: Maximum, 2% Drying Loss/spillage: 1% Maximum Product Quality: A. Cracked Grain, % Increase: 10%, Maximum B. Broken/split Kernels, % Increase: 7%, Maximum C. Hulled/damaged Grain, % Increase, 2% Maximum With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried. Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Power Requirement: Single-phase Electrical Connection, Maximum 5 Kw Rated Power Of All Electric Motors Ii. Heating System Requirement 1. Heating System 1 (petroleum Based Fuel) Petroleum Based Fuel: Direct-fired Heating System Efficiency: 90%, Minimum With The Following Components And Accessories: - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive And Heat Resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System 2. Heating System 2 (biomass Fuel) Biomass Fuel: Indirect-fired Heating System Efficiency: 50%, Minimum With The Following Components And Accessories: - Heat Exchanger: Stainless (ss 201/ss 304, 1.2mm, Minimum) / Fire Tubes (5mm Seamless, Minimum) - Burning Chamber: Made Of Refractory Bricks - Automatic Fuel Feeder: Auger Type - Temperature Control - Compatible Electric Motor For The Heating System Iii. Other Dryer Components And Accessories 1. Pre-cleaner Input Capacity: 4-6 Ton/hr, Minimum Sieve Mechanism: All Parts That Come In Contact With Grain Must Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor" 2. Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i. Or G.i. Sheet. Insulator Material For The Ducting Shall Be Made Of Ceramic Blanket. 3. Dust Collection System Consists Of Cyclone Separator / Collector And Suction Blower. All Ducting Shall Be Fabricated From Sheet Metal And The Connectors Must Be Airtight. 4. Generator Set Rated Power/kva: Minimum 15 Kva Voltage Requirement Compatible To The System Power Supply / Generating System Should Be Brand New And Not Refurbished. At Least Three (3) Years From The Date Of Manufacture To The Date Of Opening Of Bids And With Engrave Serial Number. Provided With Mechanical Transfer Switch (mts) The Electrical Wire, Wire Accessories And Piping To Connect The Power Generating Unit To The Mts And The Dryer Control Panel / System Shall Be Provided By The Bidder With Thermal Insulation And Noise Suppressor. Noise Level: 92db Maximum, If Exceeded, Earmuffs Shall Be Provided For Each Unit. With Protection Or Covering Against Rat Entry (as Per Manufacturer’s Specification) 5. Portable Handheld Moisture Meter Grain: Applicable To Corn Kernel, Paddy/rough Rice And Milled Rice Type: Capacitance Moisture Range: 12-15% Or Wider Accuracy: ±0.5% Or Better Lcd/led Display Battery Operated With Product Brochure Written In English 6. Standard Heavy-duty Tools, Made Of Tempered Steel And Chrome Vanadium Shall Include But Not Limited To The Following: - One Set Socket Wrench (no. 8, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 22, 23, 24, 27, 30, 32, Minimum) - One Set Combination Wrench (open And Box, 10pcs - Size Appropriate To The Drying System) - Electrical Plier: 200mm, Minimum - Screw Driver,: Philips And Flat Head, 300mm Minimum - Grease Gun: 250mm Cylinder Length, Minimum - Mechanical Pliers: 200mm, Minimum - Heavy Duty Toolbox And Roll Up Tools Holder (can Accommodate All Tools) 7. Air Compressor For Cleaning, Heavy Duty, At Least 120 Psi, 5m Air Hose 8. One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum 9. Provision Of Disposal Cart For The Ashes 10. With Portable, Heavy-duty Weighing Scale, Minimum 150 Kg Weighing Capacity 11. With Collapsible Cover (trapal), Thickness: S200 12. With Bagging Bin With Minimum Capacity Appropriate To The System 13. Non-stainless Material Of The Dryer Shall Be Painted Finish With Rust-proofing Primer And Final Paint Color. Iv. Other Requirements 1. Certification That The Bidder Will Submit A Duly Signed Electrical Plan Of The Drying System Offered (electrical Layout, Schedule Of Loads, General Notes And Specification, And Legends/symbols) By A Registered Professional Engineer As A Condition For Payment 2. Copy Of Equipment Manufacturer Manual Of Drying Unit, Biomass Furnace, Generator Set And Portable Handheld Moisture Meter Written In English/filipino/vernacular To Be Presented During Post-qualification Evaluation 3. Copy Of The Brochures For The Drying Unit, Generator Set, Weighing Scale, Portable Handheld Moisture Meter And Air Compressor Are To Be Presented During The Post-qualification Evaluation. 4. With Laminated Reflectorized Vinyl Sticker "da-calabarzon" Logo (254 Mm X 254mm) For The Prescribed Part Of The Dryer And Generator Set, Sticker Specifications: 140 Gsm And Thickness Of 175 Microns, Minimum 5. Manufacturer's Nameplate (engraved In A Metal Sheet) With The Serial Number Of The Machine And Serial Number Of The Power Generating Unit 6. With Valid Amtec Test Result That Conforms To The Pns-paes 201:2015-agricultural Machinery-heated-air Mechanical Dryer-specifications. Separate Amtec Test Report For Both Heating Systems Should Be Provided. 7. Conduct Of Acceptance Testing Of All Units After Complete Installation Is Required Prior To Acceptance And 100% Payment Of The Winning Bidder. 8. Certification From The Bidder That They Shall Provide All Fuel, Raw Materials (corn Kernels) And Technician/operator Needed During Acceptance Testing. 9. Certification From The Bidder That The Offered Unit Is Brand New, Latest Model And Not Rebranded 10. Conformity As To The Technical Specifications Of The Procuring Entity Signed And Sealed By An Agricultural And Biosystems Engineer As Prescribed By The Section 27.1 Of The Ra 10915 11. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation 12. With Permit To Operate And Certificate Of Conformity Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 13. Provision Of After Sales Services: •with One Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary •valid Certificate Of Dealership / Distributorship / Authority To Sell And Commitment To Supply Directly Issued By The Dryer Manufacturer Or Distributor To The Bidder •certification From The Supplier That They Will Repair Or Replace The Defective Parts Or Components And Provide After-sales Service Within 72 Hours (3 Days) Upon Receipt Of Complaints (pns/bafs/paes 192:2024) •certification That The Bidder Will Provide Training On The Proper Handling, Operation And Maintenance Of The Dryer And Generator Set For At Least Two (2) Operators Per Beneficiary. 14. Notarized Certificate Of Stock Availability Or Stock Allocation From The National Distributor Or Manufacturer Specifying The Name Of The Project 15. Certification Of Guaranteed Spare Parts Availability For At Least Five (5) Years 16. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. V. Terms Of Payment 85 % Upon Complete Installation And 15% Upon Testing/commissioning And Acceptance Of Recipient Vi. Contract Duration And Delivery Place: Days To Complete Supply, Delivery, Installation And Testing: 60 Calendar Days Delivery Place: Batangas And Quezon Delivery Of The Goods Is Required Within Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (ᵽ10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 01:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before January 7, 2025 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 7, 2025 01:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
U S COAST GUARD USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: This Combined Synopsis/solicitation For Services Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation (far) As Supplemented With Additional Information Included In This Notice. This Synopsis/solicitation Is Being Advertised As Small Business Set-aside Only. This Announcement Constitutes The Only Solicitation; No Separate Written Solicitation Will Be Issued. the Solicitation Number Is 37130pr250000028 applicable North American Industry Classification Standard (naics) Codes Are: 332618 other Fabricated Wire Product Manufacturing this Requirement Is For A Fixed Price Contract. The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15 the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Best Value. when Submitting Your Proposals, Request A Price Breakdown Of The Following:
a. Cost Of Labor And Supervision
b. Cost Of Materials And Equipment Needed To Perform The Work. prospective Contractors Shall Also Provide Along With Your Proposal Past Performance Documents Which Will Be Used To Determine Expertise To Perform Such Work. contract Will Be Awarded To The Vendor Who Can Perform The Work Outlined In The Provided Sow. Past Performance And Cost Factors Will Also Be Used When Selecting The Award. anticipated Award Date: 10 Business Days After Close Of Solicitation, Ooa 11 Feb 2025 ***quotes Are To Be Received No Later Than Close Of Business (3 Pm Est) On Friday Jan 31, 2025. Quotes Can Be Emailed To: Mehdi.bouayad@uscg.mil
quotations Sent Via The Us Postal Service Or Hand Delivered Should Be Sent To:
commanding Officer Procurement & Contracting Miami
16001 Sw 117th Ave
miami, Fl 33177 telephone Requests Of Quotes, Will Not Be Accepted, A Formal Notice Of Changes (if Applicable) Will Be Issued In (sam.gov | Workspace) wage Determinations: Service Contract Act Wd # 2015-4571, Revised 12/23/2024 ****** Site Visit Is Highly Recommended, However Not Mandatory, Will Be Hosting A One-day Site Visit On Wednesday 22 January 2025, At 10 Am Est At The Project Site, Please Coordinate With Emc Malcolm Holmes, Who Is The Poc On The Project.
(poc Information Is Below)
email: Malcolm.e.holmes@uscg.mil
phone: (727) 824-7584 location Of Project: Uscg Sector St. Petersburg And Marine Safety Office Davis Island
600 8th Ave. Se
st. Petersburg, Fl 33701
point Of Contact the Government Point Of Contact (poc) For This Work Is Emc Malcolm Holmes, Phone Phone: (727) 824-7584, Email: Malcolm.e.holmes@uscg.mil the Contractor Shall Coordinate With The Poc To Minimize Interference With Coast Guard Operations Or Personnel. All Work Shall Be Coordinated With Other Trades Involved In The Project And Carefully Laid Out In Advance.
performance Period: Performance Of Work Is Expected To Commence Nlt 7-10 Business Days After Award Is Made. Anticipated Award Date: 07 Feb 2025 q&a’s: Questions Concerning The Work Requested Must Be Sent To Mehdi.bouayad@uscg.mil By Cob Friday Jan 24, 2025. These q&a’s Will Be Answered And Posted To This Solicitation As An Amendment Prior To Close Of Solicitation. xi: Scope Of Work: Statement Of Work For The Replacement Of Gate Operator And Increase Elevation For
uscg Sector St. Petersburg
600 8th Ave. Se
st. Petersburg, Fl 33701
and
marine Safety Office Davis Island
1301 Beach Dr. Se,
st Petersburg, Fl 33701.
part 1 General intent: The Intent Of This Project Is To Replace The Gate Operators And Increase Gate Elevation At Sector St. Petersburg And Davis Island To Ensure Proper Transferring Capabilities In A Power Loss Scenario. scope Of Work This Project Involves Upgrading The Gate System By Installing New Safety And Operational Components. The Contractor Shall Provide And Install 04 Max Rhino 4000 24vdc Slide Gate Operators Or Equivalent Equipment, Ensuring That All Installation Is Performed In Compliance With The Manufacturer’s Instructions. The Gate Operators Must Be Suitable For Gates Measuring 60 Feet In Length And Weighing Up To 4,000 Lbs. The System Shall Operate On A 115/230vac Power Source Or 24vdc Solar Power, With A 24vdc Operational Voltage. The Gate Operators Must Feature Continuous Duty Brushless Motors, Capable Of Opening Gates At Speeds Of Approximately 10 To 19 Inches Per Second. Each Unit Shall Include A 24vdc Battery Backup System With Four 7-ah Batteries, Allowing Up To 200 Full Cycles On Backup Power. The Installation Shall Also
include A 30-foot #50 Nickel-plated Chain, An Entrapment Prevention Device, And Six Optex 50tnr Dual-beam Photocells With Battery-powered Transmitters. Additionally, All Gate Chains Must Be Replaced With #40 Dacromet-coated Rust-resistant Chains. The Installation Requires Operator Riser Plates Measuring 2 Feet In Height, Each Mounted On 2 1/2-inch Ss40 Posts, With A Total Of Four Riser Plates To Be Provided. Existing Wiring Shall Be Extended To The New Operator Locations Using Watertight Junction Boxes, And The Contractor Shall Handle The Removal And Disposal Of Existing Operators. On-site Welding Will Be Necessary For The Installation Of Chain Brackets, And The System Must Include Five Optex Virtual Loops With A Range Of Up To 16 Feet. The Contractor Is Responsible For Ensuring The Installation Meets Industry Standards And That The Manufacturer’s 3-year Limited Warranty Is Maintained. On-site Welding Will Be Performed As Needed For The Installation Of Chain Brackets, Ensuring Structural Integrity And Proper Alignment. 3. Qualifications: Contractor Shall Provide Personnel Who Have The Knowledge, Qualifications, And Working Experience To Perform The Functions Outlined In The Performance Requirements And Shall Be A Licensed And Certified To Conduct Clean Up And Remediation Activities. All Personnel Shall Have At A Minimum An Understanding Of Operation, Maintenance Procedures, And Regulatory Requirements Associated With The Work Outlined In This Sow. continuity Of Facilities Operation: Schedule Work To Minimize Interference With The Facility’s Normal Operations. Perform All On-site Work Between The Hours Of 8:00 Am And 4:00 Pm, Monday Through Friday (federal Holidays Excluded), Unless Otherwise Approved By The Contracting Officer Or Contracting Officer’s Representative. government Furnished Materials: None part 2 Performance Standards 1. Performance Requirements: Contractor Shall Provide The Following Services:
a. Removal Of All Components In Current Gate Operators At Sector St. Petersburg And Davis Island
b. Installation Of All Gate Operators, Components, Safety Accessories And Elevation Lift At Sector St. Petersburg North And South Pier
c. Testing Of Installed Equipment At Sector St. Petersburg North And South Pier
d. All Work Working Equipment Will Be Return To The Unit
e. All Damage Equipment Will Be Deposal Of By Contractor.
f. Testing Of Installed Equipment At Davis Island. 2. Contractor Shall Be Responsible For Daily Removal Of All Construction Debris And Shall Ensure That Job Site Cleanliness Is Maintained For The Duration Of The Work.
a. Site Assessment:
1) Conduct A Thorough Assessment Of The Installation Site.
2) Site Visit: All Bidders Are Strongly Encouraged To Visit The Site To Verify Any/all Quantities Before Submitting Bids. Interested Parties Shall Coordinate Site Visits With Emc Malcom Holmes @ (727) 824-7584 / Malcom.e.holmes@uscg.mil 3. Performance Standards. Proper Adherence To All Osha And Industry Safety Procedures Is Required Prior, During And After Work Being Performed. The Contractor Shall Furnish All Personnel With And Require Donning Of Required Personal Protective Equipment (ppe). The Contractor Shall Safeguard The Public And Government Personnel, Property, Materials, Supplies, And Equipment Exposed To Contractor Operations And Activities, And Avoid Interruptions Of Government Operations In The Performance Of Services.
dcc Timothy Bakels
email: Timothy.g.bakels@uscg.mil
(727) 824-7599
emc Malcolm Holmes
email: Malcolm.e.holmes@uscg.mil
(727) 824-7584 4. Conditions Affecting The Work: The Contractor Should Visit The Site And Take Such Other Steps As May Be Reasonably Necessary To Ascertain The Nature And Location Of The Work, The General And Local Conditions Which Can Affect The Cost Of The Work Thereof. Failure To Do So Will Not Relieve Bidders From Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Government Will Assume No Responsibility For Any Understanding Or Misrepresentations
concerning Conditions Made By Any Of Its Officers Or Agents Prior To The Execution Of The Contract, Unless Included In The Request For Quotes, The Specification Or Related Documents. 5. After Award Of The Contract: The Contractor Must Immediately Notify The Contracting Officer’s Qae Representative Of The Intended Start Date. The Work Shall Be Done In Accordance With The Specification. 6. Oral Modification: No Oral Statements Of Any Person Other Than The Contracting Officer Shall In Any Manner Or Degree, Modify Or Otherwise Affect The Terms Of This Contract. 7. Workmanship: All Work Shall Be Accomplished With The Best Standard Practices, And By Workmen Thoroughly Experienced In The Required Trades. The Work Shall Be Supervised By Experienced Personnel And Shall Be Satisfactory To The Contracting Officer. 8. Permits: The Contractor Shall Without Additional Expense To The Government, Obtain All Appointments, Licenses, And Permits Required For The Prosecution Of The Work. The Contractor Shall Comply With All Applicable Federal, State And Local Laws. 9. Clean Up: All Trash And Debris Shall Be Removed From The Site Daily. The Job Site Shall Be Left In A Clean And Neat Manner. 10. . Work Outside Regular Hours: If The Contractor Desires To Carry On Work On Saturday, Sunday, Holidays Or Outside The Unit’s Regular Hours (0730-1600), They Must Submit Their Request In Writing To The Contracting Officer’s Qae Representative For Approval Consideration. The Contractor Shall Allow Ample Time To Enable Satisfactory Arrangements To Be Made By The Government For Inspecting The Work In Progress. 11. Upon Completion Of Work: Contact The Contracting Officer’s Qae Representative To Arrange For Inspection/acceptance Of Work. 12. Liability Of Damages. The Contractor Shall Be Liable For All Damages To Government Equipment And Property When Such Damage Is Due To Fault Or Negligence Of The Contractor. The Contractor Shall Be Responsible For All Damages Or Injury To Persons That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Take Proper Safety And Health Precautions To Protect The Work The Workers, The Public, And The Property Of Others. 13. 15. Safety Requirements: 14. Responsibilities:all Contractors Working On Uscg Facilities Shall Abide By All Federal Safety Regulations As Published By The Occupational Health And Safety Administration, 29 Cfr 1910 (series), 29 Cfr 1925 (series) And 29 Cfr 1926 (series). Contractor Written Safety Programs Shall Be Reviewed By The Safety Officer Prior To Starting Work. 15. Written Notification Must Be Provided To The Cg Sector St. Petersburg’s Assistant Safety Officer, Cwo Justin David @ (619) 788-7170 In Their Capacity As Fire Marshal Of Any Activity That Could Potentially Cause Fire Or Explosion Or Those Changes Or Reduces The Capability Of Fighting A Fire Or Explosion. Some Examples Of Qualifying Activities Are A Fire Hydrant Or Fire Suppression System That Must Be Taken Out Of Service For Any Reason, Electrical Work That Affects Fire Alarm Systems, Introduction Of Hazardous Or Flammable Material Onto The Unit, And Blocking Of Any Egress Routes Or Emergency Vehicle Routes. Inclusion Of This Information In The Contract Constitutes Written Notification If The Outsource Review Sheet Is Signed By Safety Officer. 16. Copies Of The Following Must Be Provided To The Safety Officer, Prior To Starting Work In Affected Areas: Confined Space Entry Permits, Hot Work Chits, And Dig Chits. Confined Space Clearance Must Be Conducted By A Certified Marine Chemist And Permit Required Spaces Will Have A Copy Of The Permit Posted On Site During Work. Hot Work applicable Far Clauses
52.212-1 -- Instructions To Offerors -- Commercial Items. (deviation 2018-o0018) Instructions To Offerors -- Commercial Items (sept 2023)
52.212-3 Offeror Representations And Certifications -- Commercial Items (may 2024)
52.212-4 Contract Terms And Conditions—commercial Items (oct 2018)
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (nov 2023)
52.222-41 Service Contract Labor Standards (aug 2018) work Hours: Monday Through Friday, 0730 – 1800 (7:30 Am – 3 Pm) No Weekends Or Holidays Authorized. see Attached Applicable Far Clauses By Reference.
offerors May Obtain Full Text Version Of These Clauses Electronically At: Www.arnet.gov/far
the Following Homeland Security Acquisition Regulations (hsar) Are Incorporated As Addenda To This Solicitation: Hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (jun 2006); Contracting Officers Technical Representative (dec 2003) (cotr) Hsar 3052.237-72. Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov. request Company’s Tax Id Information And Uei Number. vendors Providing An Offer Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award.
vendors Must Ensure That The Above Listed Naics Codes Are Listed On Their Sam Registration To Perform This Type Of Service.
BARANGAY SAGRADA, PILI, CAMARINES SUR Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 650.8 K (USD 11 K)
Details: Description Republic Of The Philippines Office Of The Punong Barangay Sagrada, Pili, Camarines Sur Bids And Awards Committee Contact No. +639857600284 Sagrada, Pili, Camarines Sur 4418 Invitation To Bid Construction Of Emergency Response Center The Local Government Unit Of Sagrada, Pili, Camarines Sur Through The 20% Barangay Development Fund (bdf) (reprogrammed 2024) Intends To Apply The Sum Of Six Hundred Fifty Thousand Eight Hundred Eighty Five Pesos (p650,885.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Construction Of Emergency Response Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Sagrada, Pili Camarines Sur Now Invites Bids For The The Construction Of Emergency Response Center Is Required Ninety (90) Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instructions To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. A Complete Set Of Bidding Documents Maybe Purchased By Interested Bidders On January 21, 2025 To February 10, 2025 At 8:00 Am. From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (p1,000.00) Only. Bid Must Be Delivered To The Address Below On Or Before February 10, 2025 At 8:00 Am. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bid Opening Shall Be On February 10, 2025 10:00 A.m. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Local Government Unit Of Sagrada, Pili, Camarines Sur Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Part I. General Requirements B.5 Project Billboard/signboard Est. Qty. : 1 Each A. Labor 1 Construction Foreman 1 Skilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 64 Sq.ft. Tarpauline (with Coa Format) 2 Pcs. 1/4" Marine Plywood 12 Pcs. 2" X 3" X 12' Coco Lumber 8 Pcs. 2" X 2" X 12' Coco Lumber 1 Kg. Assorted Cw Nails B.9 Mobilization/demobilization Est. Qty. : 1 L.s. 1 Lot Lump Sum Part Ii. Civil, Electrical, & Sanitary/plumbing Works A. Earthworks 801(1) Removal Of Structures And Obstruction Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Unskilled Laborer B. Equipment 1 Unit Jack Hammer Handtools ( 10 % Of Labor) C. Materials 803(1)a Structure Excavation (common Soil) Est. Qty. : 9 M3 A. Labor 1 Construction Foreman 3 Unskilled Laborer B. Equipment Handtools ( 10 % Of Labor) C. Materials 804(4) Gravel Fill Est. Qty. : 2.00 M3 A. Labor 1 Construction Foreman 1 Unskilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 1 M3 Boulder (apple Size) 1 M3 G 1" Crushed Gravel B. Plain And Reinforced Concrete Works 900(1)c1 Structural Concrete, Class A, 28 Days Est. Qty. : 12.11 M3 A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment 1 Unit Concrete Vibrator 1 Unit 1-bagger Mixer Minor Tools ( 10 % Of Labor) C. Materials 13 M3 G 3/4 "crushed Gravel 7 M3 Albay Sand 109 Bags Portland Cement 12 Bags Sahara 902(1)a Reinforcing Steel Bars, Grade 40 Est. Qty. : 1,227.47 Kgs. A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment 1 Unit Bar Cutter, Single Phase (25 Mm Ø) 1 Unit Bar Bender Minor Tools ( 10 % Of Labor) C. Materials 70 Pcs. 10mm Ø Rsb 35 Pcs. 12mm Ø Rsb 52 Pcs. 16mm Ø Rsb 88 Pcs. 9mm Ø Rsb 25 Kgs. #16 G.i. Tie Wire 903(1) Formworks And Falseworks Est. Qty. : 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer Stripping 1 Construction Foreman 1 Unskilled Laborer B. Equipment 2 Sets H-frame 1.7m X 1.2m, Set 2 Pcs H-frames 4 Pcs Diagonal Cross Braces 4 Pcs Horizontal Braces 8 Pcs Joint Pins Minor Tools ( 10 % Of Labor) C. Materials 15 Pcs. 1/4" Marine Plywood 1,000 Bd.ft. Coco Lumber Consumables ( 5 % Of Material Cost) C. Finishing And Other Civil Works C.1. Fabricated Materials 1006(6) Steel Doors & Frame Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D1 - Steel Grille Door (installed) (see Plan For Details) 1 Set Sd1 - Sliding Steel Door (installed) (see Plan For Details) 1010(2)b Wood Panel Door Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - Wood Panel Door With Door Jamb, Lever Type Stainless Steel Door Know $ Accessories (installed) (see Plan For Details) 1008(2) Aluminum Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 6 Sets W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1009(2) Jalousie Window Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W2- Tinted Glass Jalousie Window Blades On Anolok Alum. Framing (jalou Plus)(installed) (see Plan For Details) C.2. Carpentry And Joinery Works 1003(1)a1 4.5mm Fiber Cement Board On Metal Frame Ceiling Est. Qty. 14.62 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 6 Pcs. 4.5 Mm. Hardieflex Sheet (1.2 M. X 2.4 M.) 17 Pcs. Double Metal Furring 6 Pcs. Carrying Channel 15 Pcs. Hanger Bars/rod 88 Pcs. Wall Clip 4 Pcs. Wall Angle 1 Box Blind Rivet (500pcs/box) 59 Pcs. 1" Metal Screw Consumables ( 5 % Of Material Cost) 1003(4) Cabinets Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Wall Counter With Cabinet 2 Pcs. Counter Cabinet W/ Overhead Cabinet C.3. Masonry Works 1003(1)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) Est. Qty. 43.39 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 565 Pcs. 100 Mm Thk Chb (non-load Bearing) 23 Bags Portland Cement 2 M3 Albay Sand 38 Pcs. 10mm Ø Rsb 5 Kgs. #16 G.i. Tie Wire C.4. Finishes 1027(1) Plain Cement Plaster Finish Est. Qty. 136.45 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 46 Bags Portland Cement 4 M3 Albay Sand 1018(1) Glazed Tiles Est. Qty. 12.90 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 85 Pcs. 400 X 400 Ceramic Glazed Floor Tiles 5 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 2 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(2) Unglazed Tiles Est. Qty. 1.80 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 12 Pcs. 400 X 400 Ceramic Unglazed Floor Tiles 1 Bags Portland Cement 1 M3 Albay Sand 1 Bags Tile Grout (2kg.) Consumables ( 5 % Of Material Cost) C.5. Paint Works 1032(1)a Painting Works (masonry Painting) Est. Qty. 136.45 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 3 Gal. Concrete Neutralizer 6 Gal. Concrete Sealer/primer 7 Gal. Patching Compound 7 Bags Skim Coat 3 Pail Semi-gloss Paint Consumables ( 5 % Of Material Cost) 1032(1)c Painting Works (metal Painting) Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Gal. Red Oxide Primer 4 Gal. Enamel Paint 2 Gal. Paint Thinner Consumables ( 5 % Of Material Cost) D. Plumbing/sanitary Works 1001(9) Storm Drainage & Downspout Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 1 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 4 Pcs. 3"ø X 10" Pvc Pipe 6 Pcs. 3"ø X 45° Pvc Elbow 2 Pcs. 3"ø X 90° Pvc Elbow 6 Pcs. 3"ø Pipe Straps And Accessories 2 Pcs. 3"ø Ss, Downspout Strainer 1 Liter Solvent E. Electrical Works 1100(10) Conduit Boxes And Fittings Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 18 Pcs. 1/2"ø X 10' Pvc, Pns Conduit Pipe 5 Pcs. 3/4"ø X 10' Pvc, Pns Conduit Pipe 8 Pcs. Octagonal Junction Box Gauge #16 Deep Type (101mm X 101mm X 53mm) 10 Pcs. Utility Box Gauge #16, Deep Type (50mm X 101mm X 53mm) Consumables ( 5 % Of Material Cost) 1101(33) Wires And Wiring Devices Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 1 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 40 M. 2.0mm² Thhn Wires, Stranded 30 M. 3.5mm² Thhn Wires, Stranded 20 M. 5.5mm² Thhn Wires, Stranded 2 Sets 2-gang Switch With Plate 2 Sets 3-gang Switch With Plate 8 Pcs. Duplex Convenience Outlet, Consumables ( 5 % Of Material Cost) 1102(1) Panelboard With Main & Branch Breakers Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 1 Set 40 At, 2p, 230v Circuit Breaker 1 Set 20 At, 2p, 230v Circuit Breaker 1 Set 15 At, 2p, 230v Circuit Breaker 1 Set 4-hole Panel Board Consumables ( 5 % Of Material Cost) 1103(1) Lighting Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 3 Sets Pinlights, 3 1/2"ø 9 Watts, Dl 4 Sets Pinlights, 11 Watts, Dl 2 Sets Emergency Lights Pre-bid - January 28, 2025, 1:00pm Bid Evaluation - February 12, 2025 Post-qualification - February 14, 2025 Notice Of Award - February 17, 2025 Notice To Proceed - February 20, 2025 For Further Information, Please Refer To: Abel B. Hernandez Bac Chairman/ Brgy. Kagawad Lgu-sagrada, Pili, Camarines Sur +639857600284
Municipality Of Mercedes, Camarines Norte Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.9 K)
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The Trust Fund Intends To Apply The Sum Of Two Million Seven Hundred Twenty-five Thousand Two Hundred Sixty-six Pesos Only (php2,725,266.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte - Identification Number 401-24-11-1495/1496/1497/1498/1499. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Lot 1 - Hardware Tools 1 1 Unit Air Compressor Machine, Motor: 1/2 Hp; No. Of Cylinder: 2; Phase: 1; Pressure: 85 Psi; Capacity 46 Liters; Approximate Dimension: 95-100cm (l) X 31-35cm (w) X 64-70cm (h); Weight: 47kg; Inflation Time: 53min; Air Displacement: 208l/min 2 1 Unit Air Spray Gun, Standard Nozzle:1.4mm, Pattern Width:180-250mm, Paint Capacity:600cc, Suitable For Finishing Coat, Optional Nozzle:1.3-2.5mm, Operating Pressure:2-3.5bar Air Cons:4.2-7.1cfm(119-200l/min)" 3 11 Set Angle Grinder Cutting Disk, 10 Pcs.per Set; Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8") 4 11 Unit Angle Grinder, Rated Input Power: 730w; Wheel Diameter: 4"; Rated Voltage: 220v; Frequency: 60hz; No Load Speed: 12,000 Rpm; Weight: Approximately 1.6kg; Grinding Spindle Thread: M10; Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h) 5 7 Pc Chipping Hammer, Item Weight: atleast 13.8 Ounces; Product Dimensions: 11" (l) X 1" (w) X 7.5" (h); Material:, Genuine Leather Grip And Forged Steel 6 3 Set Circular Saw With Diamond Blade, 1400w, 185 Mm Blade, Spindle Lock With 24t Diamond Blade 7 3 Pc Claw Hammer, Head Weight: 16oz; Overall Weight: 17oz-23oz; Forged Steel Head; Smooth Face; Fiberglass Handle With Rubber Cushion; Overall Length: 12-14" 8 3 Pc Concrete Chisel, 10'' Forged Steel Chisel 9 3 Pc Crow Bar, 36" Long; Length Tolerance: +- 1/8; Forged Steel Carbon 10 1 Pc Electric Planer; Voltage: 220-240v; Input Power: 1050w; No Load Speed: 1600rpm; Planing Width And Depth: 82x3mm; Heavy Duty Aluminum Base; 11 1 Pc Framing Hammer, Handle Material: Alloy Steel; Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h); Item Weight: Atleast 1.4 Pounds 12 1 Unit Gasoline Marine 7hp Speed Type, Single Cylinder; 4 Stroke, Forced Air Cooling; Ohv Displacement (cc): 196 Compression Ratio: 8.5:1 Bore X Stroke (mm): 68x54 Min. Fuel Consumption;395/(kw.h) Valve Clearance: Input Valve: 0.10-0.15mm Idle Speed (rpm): 1400+-140 Max A.c. Output/rpm:3.8/3600 Noise Level:70db (a) Ignition System: Transistorize Magento Ignition Max Torque (n.m/rpm): 10.7/300 Starting System: Recoil Start (recoil Start/electric Starting) 13 10 Pc Hacksaw With Blade, Adjustable Aluminun Alloy Frame With Soft-grip Handle, 90" Adjustable Bladec Angle, 12 Inches (+/- 1/4") Bi-metal Hacksaw Blade, 24 Tpi 14 10 Unit Heavy Duty Corded Drill, Rated Input Power: 750w; Chuck Capacity: Upto 13mm; Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm); Dimension: 268mm (l) X 69mm (w) X 192mm (h); Weight W/out Cable: Approximately 1.6-1.8 Kg; Spindle Collar Diameter Of 43 Mm 15 1 Pc Level, Box Beam Style, Material: Alluminum; Dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h); Weight: Atleast 0.8 Pounds 16 3 Pc Mashing Hammer, 3 Lb With Fiberglass Handle, Forged Steel Head 17 3 Pc Masonry Hammer, 800g Solid Rubber Head, Fiberglass Core And Bi-material Slip-resistant Handle, 18 3 Pc Masonry Hand Saw, 15" 380mm Carbon Steel 19 3 Pc Masonry Square, 24"x 16"aluminum, 1/8 '' Thick 20 3 Pc Mason's Level, 60cm Aluminum Reinforced Frame 21 3 Tube Mason's Line, #18 Braided Nylon, 500 Ft, 170 Lb Test 22 10 Set Metal Drill Bit Set, Material: High Speed Steel; 19pcs Per Set (1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm); Point Angle:118degree C; Standards: Din 338; Bit Geometry: Standard Twist Bit 23 8 Pc Meter Tape With Magnetic Hook, Blade Material: Nylon Coated Blade; Dimensions: 16ft (l) X 25mm (w) 24 7 Pc Mig Welding Pliers, Overall Length: Atleast 210mm; Material: High Carbon Steel; Handle Material: Thermoplastic Rubber 25 1 Unit Portable Hand Drill, Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries; Maximum Rotational Speed: 1500 Rpm; Voltage: 21v; Amperage: 1.5 Amps; Chuck Size: 0.38"; Bit Heads Diameters: From 0.8mm - 10mm; Product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h); Material: plastic, Rubber, Metal; Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h); Item Weight: Atleast 2.5 Pounds; Item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag 26 7 Unit Portable Welding Machine, Input Voltage: 220-240; Frequency: 50-60hz; Output Current: 10-220a; Led Display; No-load Voltage: 85v; Max. Output Current: 220a; Diameter Of Electrode: 1.6-3.2mm; Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable, 27 3 Pc Pull-push Rule, Blade Length 8m/26ft, Blade Width 1", High Impact Abs Case With Durable Rubber, Corrosion Resistant Tru-zero End 28 3 Pc Putty Knife, 3" Stainless Steel With Rubber Handle 29 1 Pc Roofing Hammer: Item Weight: 1.25 Pounds; Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h) 30 1 Unit Sander, Item Dimensions: Approx 11.63" (l) X 5.63" (w) X 6.19" (h); Voltage: 110 Volts; Power Source: Corded Electric; Amperage Capacity: 8.8 Amps; Variable Speed Control Dial (690 -1,440 Ft./min.); Grit Number: 80; Item Weight: Atleast 9.5 Pounds; Included Components: belt Sander, 1 Belt, Dust Bag 31 3 Pc Shovel, Rectangular End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 32 3 Pc Shovel, Round End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 33 1 Pc Speed Square, Material: Cast Aluminum; Size: About 18x18x2cm/7.09x7.09x0.79"; Weight: About 130g; Triangle-shaped 34 3 Pc Spirit Level Bar, Aluminum Frame With Magnet, Size 12" (+-1/8"), With 3 Vials (horizontal, Vertical And 45 Degrees) 35 3 Pc Steel Float/plastering Trowel, Thickness 0.7 Mm, Surface Measurement 280mm X 125 Mm(+/- 1mm), High Carbon Steel, Soliod Forged Steel With Plastic Handle 36 1 Pc Trim Hammer, Handle Material: Wood; Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h); Item Weight: Atleast 594 Grams 37 3 Pc Trowel, 280x120mm Stainless Plastering Trowel With Plastic Handle 38 1 Pc Utility Knife, Handle Material: Aluminum; Material: Aluminum Alloy; Weight: 120g/pcs; Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t); Blade Material: Steel; Thickness: Atleast 0.6mm 39 7 Pc Welding Helmet, Auto Darkening Helmet, Power Supply: Battery And Solar Powered; Light Shade: Din9-1;, Dark Shade: Din4; Switching Time: 1/25000s; Delay Time: 0.1-0.8s; Sensitivity Adjustment: Stepless Control; Operation Temperature: -5 Degrees- 55 Degrees; Active Viewing Area: 93mmx43mm; Active Viewing Area Size: (+/- 10mm); Item Weight: Atleast 1.85 Pounds; Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h) 40 7 Set Welding Magnets, 6 Pcs/set, Overall Length: Atleast (3"); Hold Capacity: Up To 25lbs; Arrow Design Supports Angle: 45°, 90°, And 135°; Item Weight: 295g; Package Dimensions: 4.88 X 4.72 X 3.98 Inches; material: Steel; Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm) 41 1 Set Wood Chisel; 4-piece Set (6mm; 12mm; 19m; 25mm); Tempered Chrome Carbon Steel Blade; Hardened Shank; Rust-resistant, Lacquered Coated Blade; Bi-material Handle 42 3 Pc Wooden Float, 18"x 32", Multi-layered Lot 2 - Food Preparation 1 1 Unit 3 In 1 Burger Griller With Deep Fryer And Steamer, Gas Type; Made Of Stainless Steel And Polished Metal Griddle Plate; Dimensions: Burger Griddle - 18" (l) X 12" (w); Deep Fryer - 8" (l) X 12" (w), Capacity: 2.5 L; Steamer: 11" (l) X 12" (w) 2 6 Unit Barbeque Grill With Sauce Holder And Top Grill, Material: Stainless Steel, Dimension(lwh): 24 In X 12 In X 30 In (3.5 In Grill Pan's Depth) 3 33 Pc Basin; Stainless; Diameter: 22"; Base: 16"; Depth: 7"; Thickness: 1cm 4 47 Pc Beach Umbrella; Round-shaped; Material: Poly Canvass; Diameter: 40""; Pole Stand Length: At Least 45""; Pole Material: Stainless Steel Chrome" 5 6 Pc Boiler Caldero; Big Size & Heavy Duty; Size: Diameter 48cm; Height: 42cm; Makapal, Material: Aluminum 6 6 Pc Boning Knife, 27.3cm, Blade Length:14.6cm, Blade Thickness: 4mm, Wood Handle 7 32 Pc Butcher's Knife; Materials: Stainless; Wood Handle; Size: About 10" 8 29 Pc Caldero With Double Handle; Aluminum Material; Diameter: 46cm; Height: 37cm; With Double Handle; Capacity 5kilos/20l(volume Capacity) 9 48 Set Casserole Set, Stainless Steel, 28, 30 And 32cm Diameter; 16, 18, 20cm Height 10 50 Pc Chef's Knife; About 10 3/4" Long; Material: Stainless Steel; Blade: Full Tang; Riveted Handle 11 56 Pc Chest Cooler, Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l, Color: Any Color 12 51 Pc Chopping Board; Thick Wood; 12"x12" 13 6 Pc Cleaver Knife, 11" Stainless Steel, Weight: 310-340g, Blade Size: 6.5 Inches 14 48 Pc Colander; Stainless Steel; 11"diameter; With Stainless Base And Handle 15 6 Unit Digital Weighing Scale ,30kg Capacity,stainless Tray Size: 35x23cm For 30kg Capacity Weighing Scale, Dual - Display : Weight, Unit Price, Amount, High Light Led Display, Rechargeable Battery, Power Supply: Ac/dc Charger (included) 16 47 Unit Double Burner Gas Stove; Stainless Top And Front; Automatic Ignition; Reversible Trivet; Double Detachable Top Burner; Removable Drip Pan; Dimension: 700mm(l) X 390mm(w) X 140mm(h) 17 7 Unit Double Ring Burner; Heavy-duty Cast Iron; Includes Pol Regulator And 1-metre Hose 16750 Btu Brass Valve With Individual Gas Control Minimal Assembly Required Weight; 3.9kg, Material;cast Iron, Dimensions: (lwh) 36cm X 20cm X 9cm, Fuel Type: Lpg Tank Cylinder With Content And Accessories 18 2 Pc Egg Ring, Stainless Steel, 8.5cm Diameter, 1.5cm Height 19 4 Box Face Masks; 3 Ply Non-woven Disposable Earloop Mask; Quantity: 50pcs/box 20 30 Pc Fish Drying Rack, 4-layer, 45x45x66cm, Foldable 21 6 Pc Fish Scaler, 20cm Stainless Steel 22 6 Pc Fish Scraping Tool, 20cm Stainless Steel 23 54 Unit Food Shelve, 2 Layers: Glass Thickness: 3/16 And 1/4, (w-14" X H-17" X L-30"); Adjustable Layer, Material: Glass & Aluminum With Sliding Door, Offer: Screen Sliding Door To Prevent Moisture 24 204 Pc Food Tray With Glass And Stainless Lid/cover, Stainless Body, Rubberized Stand 32x28x10cm 25 12 Pc Food Tray, Flat, Stainless, 60x40x2cm, Depth: 2cm 26 2 Unit Freezer Chest Type, Gross / Net Volume 10.6 Cu.ft. (10 Liters) / 10.1 Cu.ft. (286 Liters), Functionality 3-in-1 Function – Chilling | Freezing | Fast Freezing, Defrosting System: Manual Defrost, Evaporator:aluminum Defrost,led: 6 Led’s, P:2w, Lamp Life: Min. 50,000 Hours, Weight 40 Kg, Dimensions L 63 X W 111.4 X H 84.7 (cm), Key Features: Inverter Compressor, Sliding Glass Door, Embossed Door & Cabinet, Recessed Side Handle (left & Right), Led Light, Removable Gasket , 1x Basket Wire Shelf, 4x Roller Wheel 27 5 Pc Fruit Crate Plastic 21 X 15 X 12 Inches, Heavy Duty Plastic Material, Color : Black 28 37 Pc Frying Pan 14" In Diameter, Cast Iron 29 4 Unit Gas Range, Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h); 4-gas Burner; 62l Gas Oven; Button Ignition; Top Glass Lid; Net Weight: Maximum Of 28kg; Pan Support: Light Cast Iron Pan Support 30 1 Box Gloves; 100pcs; Food Grade; Size: Medium(7.5cm); Thermoplastic Elastomer(tpe) Material 31 23 Pc Hairnet With Cap; White; Nylon; Washable 32 1 Unit Industrial Oven Stainless Steel, With Wall Insulator To Minimize Penetration Of Heat To The Walls, With Temperature Gauge, Approx. Outer Dimension: 46.5 X 23.5 X 30 Inches; Oven Stand/rack Is Made Of Metal With Rollers And Braking Systems; Stainless Steel Front Panel, With See Thru Glass; About 4 Inch Thickness Of Walls With 2 Trays Per Deck - 4 Trays Capacity; Gas Type 33 35 Pc Kawa 62 Cm Diameter 18 Cm Height, Aluminum With 2 Aluminum Handles 34 12 Pc Kitchen Apron, Waterproof; Stain Resistant Leather Apron 35 6 Pc Kitchen Scissors, Material: Stainless Steel And Plastic Silicone, Size: 22.5x7.3x1.2cm 36 3 Pc Long Handle Stainless Steel Soup Spoon; Color: Silver; Caliber Length; Approx. 12cm.14cm.16cm.18cm, Handle Length; Approx.45cm(17.72inches) 37 6 Pc Long Wooden Ladle; 14" Stainless Steel 38 58 Set Lpg Tank, 11kg Cylinder With Gas Regulator, 1.8m Hose & Steel Hose Clamp 39 9 Set Measuring Cup (set For Liquid), 1 Measuring Cup With Red Graphics; Made Of Nonporous Glass That Won't Warp, Stain, Or Absorb Odors; Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe; Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h); Measuring Capacity: 500ml 40 9 Set Measuring Cups (set For Dry), Smithcraft Stainless Steel Measuring Cups Set Have 8 Cups.the Sizes Are: 1 Cup (240ml), 3/4 Cup (180ml), 2/3 Cup (160ml), 1/2 Cup (120ml), 1/3 Cup (80ml), 1/4 Cup (60ml), 1/8 Cup (30ml), 1/16 Cup (15ml),1 Locking Ring. 41 6 Unit Mini Electric Fan 7.5" - With Base 10'' 69hz 20w (for Bbq), Non-adjustable Height; Any Color; Electric Powered Fan; 3 Blade 42 21 Pc Mixing Bowl Medium, Approx. Diameter: 28cm, Height:11.2cm; Material: Stainless; Capacity: Atleast 4l 43 200 Pc Monoblock Chair Front:monoblock Chair, Front Legs Distance: 355mm Width Seat, With Backrest, Color: Beige, Seat Width :375 Mm, Deapth: 330 Mm, Side Legs Distance Left: 378 Mm, Side Legs Distance Right 378 Mm, Back Legs Distance: 210 Mm, Back Rest Height:779 Mm, Set Back Height: 405 Mm, Seat Height: 376 Mm, Gross Weight: 2.25 Kgs 44 54 Pc Monoblock Table, 36x36 Inches, H- 28 Inches, Color: Beige, Atleast 3mm Thick 45 2 Pc Non-slip Rectangular Chopping Board; Materials:polypropylene Plastic; Approx Length: 40cm; Width: 25cm; Thickness: 0.5cm; Color : White 46 45 Pc Palamigan Container W/ Gripo 15l, Dimension: 31.8x23.8x48.5cm, Material: High Quality Durable Plastic 47 1 Unit Pressure Cooker 50 Liters Capacity, Aluminum Alloy Material, Pressure: 90kpa, Dimension: 44cm Diameter X 47cm Height 48 40 Pc Round Glass Jars With Lid, 220ml 49 41 Pc Sandok, Stainless Steel, 24.7" Length, With Wooden Handle 50 33 Pc Sandok, Stainless Steel, Length: 14" 51 39 Pc Shansi, Stainless Steel, Length: 14" 52 9 Pc Stainless Steel Dough Cutter Scraper Baking Smoother Cake , Approx. Size: 14-15cm (l) X 11.5-12cm (w) And 22cm (h); Material: Stainless Steel 53 41 Pc Stainless Steel Food Tong 14" Length 54 5 Unit Steamer; Aluminum; About 16"/42cm Diameter; 3 Layers With Cover; With Handle Per Layer 55 3 Unit Vacuum Sealer Machine, 220v, 90w, Sealing Width: 270mm, Power Supply: Ac100-240v/50-60hz, Temperature Control Range: 170-210 Celsius, Abs Material, Size: 370*75*50 (mm) 56 15 Pack Vacuum Sealer Storage Pouches | Bpa Free, Commercial Grade For Food Storage & Sous Vides, Size: 17 X 25cm Material: Plastic, 100pcs/pack 57 27 Pc Water Jug/dispenser With Faucet, 5 Gallons, 20 Liters, Color: Blue, Durable And High Quality Plastic Material 58 7 Unit Weighing Scale; Analog; 20kg Capacity; Approx. Dimensions: 6-7" (l); 8-9" (w); 10-11" (h); Dual Unit (kg And Pounds) 59 2 Pc Wide Mouth Funnel, Stainless Steel, Top Opening: At Least 17 X 5.5 X 6cm, Bottom Opening: At Least 13 X 3.7 X 4cm 60 8 Pc Wire Whisk, Large, Stainless, Approx. 14-15" (l) Lot 3 - Fabrication Of Food Cart 1 7 Unit Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Provision Of Umbrella And 2 Chest Coolers (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo, Note: With Dole, Dilp Logo Fully Painted In A Galvanized Sheet Iron Attached On The Front Of The Sidecar With Approx. 15.7 Inches(h)x15.7 Inches(l) Fully Painted Color: Any Color 2 1 Unit Motorcycle Sidecar (for Fruits And Vegetable Vending): Metal Body, Dimensions L-4ft W-2ft H-2ft, With 17inch Side Wheel 3 11 Unit Negocart With Bicycle Roofing Materials: Bolt & Nut W/ Washer 3/16 X 1 Polycarbonate 6mm X 1.2 X 1.70 Welding Rod Body Materials:tubular 1 X 1 X 1.5;flat Bar 1/8 X 1;flat Bar 2' X 3/8 X 1;plain G.i.;sheet 4' X 8' #26;cylindrical Hinge 1/2" ᴓ;blind Rivets 1/8 X 1/2;cylindrical 1/2;cabinet Handle;cabinet Lock;round Bar 8mm ᴓ;transparents Barrier 1/4 X 4' X 8';welding Rod;stainless Sheet 4' X 8';plain Round Bar 16mm ᴓ: Bicycle Specs: Bmx Type Bike Frame, Front And Rear Free Wheel Hub For Rim Set Single Speed (wheel Set), Tire Size (20"x2.125 Jumbo), Interior Tube (20"x2.125), Bmx Handle Bar, Bmx Fork, Head Parts (h Post, Handle Grip), Chain (single Speed), Pedal (bearing Type), Seat Clamp, Saddle With Spring, Foot Brake (clamp W/ Spring), Crank Pedals (175mm-180mm Cranks) Note: With Dole, Dilp Logo And Tourism Spot At The Front And Side Of Cart, Logo Material: Weather Proof Sticker, Sizes Of Sticker: H-60cm X W-130cm (for Front Of Cart) And H-60cm X W:75cm (for Side Of Cart) Or H-23.6" X W-51" And H-23.6" X W-29.5" Fully Painted Color: Light Blue Lot 4 - Grooming Tools 1 1 Pc All Purpose Comb, 7inch, Plastic Material 2 3 Pc Barber Apron, With Two Pockets, Waterproof, Material: Fiber Size: Approximately 89x69cm - 35x27.2 Inches 3 1 Pc Barber Cape, 140cmx100cm Silk, Waterproof 4 1 Unit Barber Chair, Reclining, Modern Style, Chair Back Height: High-back; Upholstery: Faux Leather; Material: Stainless Steel; Dimension: 21"x22.5"x38" 5 1 Unit Clipper, Cordless, Includes 3 Metal Clip Attachment Comb Cutting Guides, 1/16", 1/8",3/16, 6.25 Inches And Weighs 13 Oz, Equipped With A 2191 Adjustable 0000 Blade 6 2 Unit Curling Iron, 38.5cm, Tourmaline Ceramic, 25-39w, 360 Degree Rotatable 7 2 Set Eyebrow Grooming Kit, 6pcs (2 Eyebrow Razor, 1 Facial Razor, 1 Brush, 1 Scissors, 1 Tweezer) 8 1 Pc Fade Brush, Material: Plastic & Nylon, (hxw) 12.3 X 2.3 Cm, Weight: 0.015 Kg 9 2 Unit Flat Iron, Ceramic Wide Plate, 100-240v Dual Votage, 40-59w, 27.8cm Long 10 2 Unit Hair Blower, 2 Speed - 3 Heat Settings, 2400w, Removable Filter Cover, Cool Shut Function, Dimension: 21.5x8.5x26.5cm 11 1 Set Hair Clips, Plastic, Size: Approximately 7.8cm 12 2 Set Hair Dying Tool Set, (5-pc) Small Brush - 19.5cmx4.5cm, Big Brush - 20.5x6cm, Secondary Comb - 19x5.5cm, Small Bowl - 13x4.5cm, 1 Pair Of Earmuffs 8x4.5cm 13 3 Pc Hair Shear, 6.9 Inch Stainless 14 10 Pc Hair Towel Turban, 49x18cm Microfiber 15 2 Set Make Up Brush Kit, 12 Pcs With Box 16 2 Set Make Up Kit, 35pcs (1 Eyeshadow, 1 Concealer, 4 Osmetic Brush, 3 Lipgloss, 1 Eyebrow Pencil, 1 Pressed Powder, 4 Lipstick, 4 Face Makeup, 1 Lip Balm, 1 12.5cmx19cm Makeup Bag, 1 Eyebrow Cream, 1 Primer, 1 Powder Puff, 1 Mascara) 17 2 Pc Makeup Kit Organizer, 50cmx39.5cmx21.5cm, Black,046 Glittery, Checkered 18 1 Pc Mirror, Double Sided Folding Mirror, (wxh) 24x 37cm, Weight: 0.532 Kg 19 1 Pc Neck Duster, Weight : 100g , Size : 18x7x7cm 20 1 Roll Neck Strips, (28cmx6.5cm) Self Adhesive, Material: Paper 21 4 Set Plastic Hair Roller, 25mm Assorted, 10-pc Large 22 3 Pc Pomade, 80g, Water-based 23 1 Pack Razor Blades, Durable, Stainless, 100 Pcs, (lxwxh) 14x10x1 24 1 Set Shaver, Abs Material,110-220v, Power: 3w, Size: 16.6x5.8cm, Battery Capacity: 600mah 25 2 Pc Shaving Gel, 195g With Aloe 26 2 Pc Talc Powder, 500g 27 1 Set Trimmer, Rechargable, 2 Blades, Power: 50-60 Hz, Voltage:100-240v, Dimension: 11.5x6.5x3cm 28 4 Pc Wide-tooth Comb, 16cm Plastic, Durable 29 1 Pc Wide-tooth Comb, Size: Approximately 21.5x5 Cm, Plastic Material Lot 5 - Sewing 1 7 Set Ball Point Pins, 250 Pcs Per Box With 8 Colors; Durable 2 8 Unit Bobbin Case, Diameter: 20.3mm Width: 11.7mm 3 8 Pc Bobbin, Diameter: 20.3mm Width: 11.7mm 4 4 Set Dressmaker's Shears, Material: Stainless Steel; Item Dimensions: Approximately 0.8" (l) X 3.9" (w) X 10" (h); Blade Length: 8"; Item Weight: Approximately 8.8 Ounces 5 1 Pc Edging/ Overlock Sewing Machine, Metal Material; Overlocker; 1 Stitch; Dimension(lxwxh) 12x13x14 6 3 Pc Electric High Speed Sewing Machine, Power: 90w; Rated Voltage: 220v; Gross Weight: About 7kg; Max Sewing Speed: 1,100 Stiches/min; Materials: Stainless Steel Needle Plate, Metal Frame; Dimensions: Approximately 44cm (l) X 16cm (w) X 28cm (h); Voltage: 220v, Secondary Lifting Height Or Presser Foot: 14mm; Needle Pitch: From 0-4.5mm, Needle Width: From 0-7.0mm 7 4 Pc Flat Iron, 1200w; Stainless Steel Sole Plate; Power Light Indicator; With Steaming/spray Function 8 4 Set French Curve, Dimension(21.65x0.39x7.09); 4.6 Ounce; Made Of Aluminum Or Plastic 9 4 Pc L-square, Material: Stainless; Item Weight: 0.32oz; Product Dimensions: Approx. 14" (l) X 24" (w) 10 1 Pc Manual Sewing Machine With Motor And Foot Controller, Metal Material, Heavy Duty, 9kg Weight, 1 Stitch Dimensions, (lxwxh) 12x13x14 11 4 Unit Meter Stick, Yellow Color; Wood Type 12 4 Pc Needle Threader, Metal Material; Oval Shape; 1 Inch Size 13 31 Pack Sewing Machine Needle, Flat Needles 10pcs/pack 14 11 Pc Sewing Threads 12pcs/box, Material: Cotton; Package Dimensions: Approx. 5.71" (l) X 3.74" (w) X 2.36" (h); Thread Size: Approx. 56mm (h) X 22mm (w); 550 Yards Each Roll 15 25 Pc Tailor’s Chalk, Square Shape; Orange Color;fades Or Brushes Away Easily 16 4 Pc Tape Measure, Material: Durable Soft Plastic; Color: Blue; Measurements: Inches (can Measure Upto 60") And Centimetres (can Measure Upto 150cm) Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Ninety (90) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 14, 2024 Until 8:30 Am Of January 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only Php5,000.00. 6. The Local Government Unit Of Mercedes, Camarines Norte Will Hold A Pre-bid Conference On December 23, 2024 9:00am At Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 8:30am January 6, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 9:00 Am Of January 6, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Mercedes, Camarines Norte, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 12. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph December 13, 2024 ________________________________ Macario B. Totanes Bac Chairman
Municipality Of Isabela, Negros Occidental Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)
Details: Description Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Invitation To Bid For The Bidding Of Rehabilitation/improvement Of Barangay Health Station, Barangay 5, Poblacion, Isabela, Negros Occidental. 1. The Municipality Of Isabela, Through The General Fund Intends To Apply The Sum Of One Million Six Hundred Thousand Pesos (php 1,600,000.00) Only Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Bidding Of Rehabilitation/improvement Of Barangay Health Station, Barangay 5, Poblacion, Isabela, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Isabela Now Invites Bids For The Bidding Of Rehabilitation/improvement Of Barangay Health Station, Barangay 5, Poblacion, Isabela, Negros Occidental. Delivery Of The Goods Required Is One Hundred Twenty (120) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Isabela And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 A.m. – 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (p5,000.00) And One Thousand Pesos Only (p1,000.00) For Accreditation Fee. 5. Bids Must Be Delivered To The Address Below On Or Before January 3, 2025, 3:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 3, 2025, 3:00 P.m.. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Municipality Of Isabela Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. The Bid Price Shall Be Submitted In Lump Sum Not To Exceed The Total Approved Budget For The Contract (abc). 8. For Further Information, Please Refer To: Virginia A. Ariola Bac Primary Secretariat Isabela, Municipal Hall Borromeo St., Brgy. 4, Isabela, Neg. Occ. Cellphone Number : 09317644890 Email Add: Jing.aariola@gmail.com No. Qty. Unit Item Description 1 258.00 Bags Portland Cement 2 8.00 Cu.m 1" Graded Gravel 3 54.00 Cu.m Washed Sand 4 616.00 Pcs 4" Chb 5 23.00 Cu.m Filling Materials 6 9.00 M 1/8 Screen Wire 7 15.00 Length 16mm Dia. Deformed Rebar X 6m 8 21.00 Length 12mm Dia. Deformed Rebar X 6m 9 140.00 Length 10mm Dia. Deformed Rebar X 6m 10 47.00 Length Square Bar 10mm 11 8.00 Length 2 X 6 X 1.2mm C-purlins 12 14.00 Length 2 X 3 X 1.2mm C-purlins 13 6.00 Length 1 X 1/4 Angle Bar 14 6.00 Length 1 X 3/16 Angle Bar 15 2.00 Length 1 X 3/16 Flat Bar 16 7.00 Pcs G.i. Mesh Wire 4 X 8 17 40.00 Ln.m 0.4mm Thk. Long Span Roofing (green) 18 5.00 Sheet 0.40mm Corr. G.i. Sheet 12' 19 26.00 Sheet 0.40mm Corr. G.i. Sheet 8' 20 2.00 Roll 0.40mm X 8' Gi Ridge Roll 21 9.00 Pcs 0.40mm X 8' Bended Gi Fascia 22 600.00 Pcs 2-1/2 Tekscrew With Neoprene Washer 23 5.00 Can Elastomeric Sealant (1 Liter) 24 17.00 Pcs Steel Drill Bit 1/8" 25 20.00 Pcs Steel Cutting Disc, 4" 26 23.00 Kgs E6013 Welding Rod 27 104.00 Pcs Good Lumber 2 X 2 X 8 28 21.00 Pcs Good Lumber 2 X 3 X 8 29 15.00 Pcs Good Lumber 2 X 3 X 10 30 4.00 Sheet 1/4' Thick Ordinary Plywood 31 3.00 Sheet 1/4" Marine Plywood 32 1.00 Sheet 1/2" Marine Plywood 33 1.00 Sheet 3/4" Marine Plywood 34 33.00 Kgs #16 Gi Wire 35 2.00 Pcs #80 Nylon String 36 19.00 Kgs Assorted Cwn 37 1.00 Kgs 1"finishing Nails 38 4.00 Kgs 1" Concrete Nails 39 15.00 Pcs Metal Studs (0.60mm. X 76mm X 32mm X 3m) 40 191.00 Pcs Furring Channel, Double 0.40mm X 19mm X 50mm X 3000mm 41 68.00 Pcs Board, Fiber Cement 3.5mm X 1200mm X 2440mm 42 4.00 Pcs 1/2" X 12" X 8' Ficem Fascia Board 43 22.00 Pcs 1 X 1 X 10 Cove Moulding 44 7.00 Box 1/8 X 1/2 Blind Rivets 45 4.00 Set 40cm X 40xm Air Vent 46 3.00 Set 1.00m X 2.10m Solid Panel Door W/ 2 X 6 Jamb 47 4.00 Set 0.80m X 2.10m Solid Panel Door W/ 2 X 6 Jamb 48 2.00 Set 0.70m X 2.10m Solid Panel Door W/ 2 X 6 Jamb 49 1.00 Lot 1.00m X 2.10m Steel Door With Fabricated Lock Set And Hinges(see Plan) 50 1.00 Set 1.50m X 2.50m, 2 X 6 Door Jamb 51 17.00 Set Door Knob, Heavy Duty 52 13.00 Pair Loose Pin Hinges, 3 X 3" Heavy Duty 53 8.00 Set 1.50m X 1.20m.x 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 54 2.00 Set 0.60m X 0.60m.x 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Awning Window 55 2.00 Set 2.10m. X 1.10m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 56 1.00 Set 0.70m. X 0.64m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 57 2.00 Set 1.40m. X 0.46m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 58 1.00 Set 2.10m. X 0.46m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 59 2.00 Set 0.70m. X 0.46m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 60 1.00 Set 1.70m. X 1.40m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 61 3.00 Set 0.70m. X 0.55m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 62 1.00 Set 2.40m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 63 4.00 Set 1.80m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 64 1.00 Set 0.60m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 65 1.00 Set 0.80m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 66 1.00 Set 0.60m. X 0.60m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 67 1.00 Set 1.13m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 68 1.00 Set 1.30m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 69 1.00 Set 0.80m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 70 1.00 Set 1.86m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 71 1.00 Set 0.65m. X 0.43m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Awning Window 72 1.00 Set 1.88m. X 1.20m. X 6mm Thk. Tempered Glass Clear Gloss On Aluminum Frame Sliding Window 73 880.00 Pcs 0.60m X 0.60m Vitrified Tiles 74 25.00 Pcs 0.10m X 0.30m Border Tiles 75 4.00 Pcs Tile Trim 76 57.00 Bags Tile Adhesive, 25kgs 77 5.00 Pcs Tile Cutting Disc 78 13.00 Gal Elastomeric Roofing Paint 79 8.00 Gal Flat Latex White 80 33.00 Pail Semi-gloss Latex White 81 9.00 Gal Tile Red Latex Paint 82 30.00 Quart Tinting Color Latex Paint 83 15.00 Gal Qde White 84 1.00 Gal Qde Mahogany 85 2.00 Gal Qde Black 86 6.00 Gal Metal Primer, Gray 87 2.00 Quart Wood Stain 88 16.00 Bottle Paint Thinner 89 8.00 Bags Skim Coat 90 2.00 Roll Mesh Tape 2" 91 1.00 Bottle Wood Glue, 1kg. 92 2.00 Pcs Putty Knife 93 30.00 Pcs Roller Brush 9" 94 28.00 Pcs Paint Brush 4" 95 13.00 Pcs Paint Tray 96 19.00 Pcs 12watts Led Capsule Bulb With Pvc Receptacle 97 2.00 Set 15watts Led (square Shape Recessed Type Lamp) 98 3.00 Pcs 2 - Gang Convenience Outlet Flush Type 99 2.00 Pcs 1 - Gang Switch Flush Type 100 1.00 Pcs Aircon Outlet 101 5.00 Pcs Pvc Utility Box 102 2.00 Pcs Pvc Junction Box 103 30.00 M Flexible Hose 3/4" 104 25.00 Pcs Electrical Pvc C-clamp 105 1.00 Set 15 Amp Safety Breaker 106 1.00 Set 30 Amp Safety Breaker 107 7.00 Length 1/2" Electrical Pipe 108 60.00 M Thw #12 109 2.00 Pcs Electrical Tape (big) 110 1.00 Set Water Closet With Flush Tank (push Button Type Flush) And Bidet 111 1.00 Pcs 3-way Angle Valve, 1/2" X 1/2" 112 2.00 Pcs Stainless Steel Sink With P-trap And Hose 113 2.00 Pcs Stainless Steel Gooseneck Faucet Lever Type 114 5.00 Pcs 2 X 90 Pvc Elbow 115 5.00 Length Pvc Sanitary Pipe S600, 2" Dia. 116 1.00 Pcs 1/2 Pvc Gate Valve 117 15.00 Pcs 1/2 X 90 Pvc Elbow 118 2.00 Pcs 1/2 Pvc Tee 119 2.00 Pcs 1/2 Pvc Female Adapter 120 9.00 Length 1/2 Pvc Pipe 121 2.00 Pcs Pvc Faucet 122 4.00 Can Solvent Cement (200cc) 123 4.00 Pcs 3/4 Teflon Tape 124 2.00 Pcs Cabinet Handle 125 1.00 Lot Labor
Municipality Of Irosin, Sorsogon Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 714.7 K (USD 12.1 K)
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Facility Enhancement/repair & Maintenance(super Health Center) 1. The Local Government Unit Of Irosin, Through The Trust Fund(philhealth) Intends To Apply The Sum Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos (p 714,703.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Facility Enhancement/repair & Maintenance(super Health Center), Infr-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Facility Enhancement/repair & Maintenance(super Health Center) Brief Description: Chb Laying And Plastering/fabrication/installation Of Forms & Rsb And Tile Setting For Lavatories And Counters/installation Of Plumbing And Electrical Fixtures Approved Budget For The Contract : P 714,703.00 Source Of Fund : Trust Fund(philhealth) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Sixty (60) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 31, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 16, 2025, 9:00am At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 31, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 31, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 9, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)the Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Facility Enhancement/repair & Maintenance(super Health Center), With Project Identification Number Infr-01-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Trust Fund (philhealth) In The Amount Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos ( P 714,703.00). 2.2. The Source Of Funding Is: Trust Fund(philhealth) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 16, 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Facility Enhancement/repair & Maintenance(super Health Center) I.formworks Ii. Concrete And Masonry And Tile Works Iii. Plumbing Works Iv. Electrical Works V. Painting Works Vi. Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Facility Enhancement/repair & Maintenance(super Health Center) Key Personnel General Experience Relevant Experience 1. Foreman 2. Skilled Worker 3.laborer 10.5 Facility Enhancement/repair & Maintenance(super Health Center) The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.enough Hand Tools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 60 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Completion Of Existing Constructed Building. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 120 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 60 Calendar Days After The Commencement Of Works. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Formworks Ii Concrete And Masonry And Tile Works Iii Plumbing Works Iv Electrical Works V Painting Works Vi Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization 2.5 Utilities(professional Fee’s For Electrical Engineers) Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-01-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Facility Enhancement/repair & Maintenance(super Health Center); (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (i) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Facility Enhancement/repair & Maintenance(super Health Center). (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-01-2025 Facility Enhancement/repair And Maintenance (super Health Center) Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Facility Enhancement/repair And Maintenance(super Health Center); 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-01-2025 To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.
2281-2290 of 2293 archived Tenders